416
TABLE OF CONTENTS TABLE OF CONTENTS OF SPECIAL PROVISIONS Note: This Table of Contents has been prepared for the convenience of those using this contract with the sole express purpose of locating quickly the information contained herein; and no claims shall arise due to omissions, additions, deletions, etc., as this Table of Contents shall not be considered part of the contract. 171-401 & 171-402 1

TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

  • Upload
    others

  • View
    18

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

TABLE OF CONTENTS

TABLE OF CONTENTS OF SPECIAL PROVISIONS Note: This Table of Contents has been prepared for the convenience of those using this contract with the sole express purpose of locating quickly the information contained herein; and no claims shall arise due to omissions, additions, deletions, etc., as this Table of Contents shall not be considered part of the contract.

171-401 & 171-402 1

Page 2: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Table of ContentsTABLE OF CONTENTS OF SPECIAL PROVISIONS 1................................................................................CONTRACT TIME AND LIQUIDATED DAMAGES....................................................................................NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS..................................................NOTICE TO CONTRACTOR - CONSTRUCTION CONTRACTOR...........................................................DIGITAL SUBMISSIONS ...........................................................................................................................NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS ....................................................(Davis Bacon Act) .....................................................................................................................................NOTICE TO CONTRACTOR - RECENT REVISIONS...............................................................................NOTICE TO CONTRACTOR - USE OF STATE POLICE OFFICERS.......................................................NOTICE TO CONTRACTOR - TRAFFIC SIGNALS ..................................................................................NOTICE TO CONTRACTOR - SPAN WIRES, SPAN POLES AND SPAN ...............................................POLE FOUNDATIONS...............................................................................................................................NOTICE TO CONTRACTOR - SPAN POLE AND MAST ARM .................................................................FOUNDATIONS .........................................................................................................................................NOTICE TO CONTRACTOR - ELECTRONIC ENGINEERING DATA ......................................................(EED) .......................................................................................................................................................NOTICE TO CONTRACTOR - GLOBAL POSITIONING SYSTEM (GPS) ..............................................COORDINATES FOR SIGNS ....................................................................................................................NOTICE TO CONTRACTOR - UNANTICIPATED DISCOVERY OF.........................................................CULTURAL RESOURCES.........................................................................................................................NOTICE TO CONTRACTOR - HAZARDOUS MATERIALS ......................................................................INVESTIGATIONS .....................................................................................................................................SECTION 1.02 - PROPOSAL REQUIREMENTS AND CONDITIONS ......................................................SECTION 1.05 - CONTROL OF THE WORK ............................................................................................SECTION 1.06 - CONTROL OF MATERIALS ...........................................................................................SECTION 1.07 - LEGAL RELATIONS AND RESPONSIBILITIES.............................................................SECTION 1.08 - PROSECUTION AND PROGRESS................................................................................SECTION 1.10 - ENVIRONMENTAL COMPLIANCE ................................................................................SECTION 4.06 - BITUMINOUS CONCRETE ............................................................................................SECTION 6.03 - STRUCTURAL STEEL....................................................................................................SECTION 10.00 - GENERAL CLAUSES FOR HIGHWAY ILLUMINATION ..............................................AND TRAFFIC SIGNAL PROJECTS .........................................................................................................SECTION 12.00 - GENERAL CLAUSES FOR HIGHWAY SIGNING ........................................................SECTION M.04 - BITUMINOUS CONCRETE MATERIALS......................................................................SECTION M.06 - METALS.........................................................................................................................SECTION M.10 - RAILING AND FENCE...................................................................................................ON-THE-JOB TRAINING (OJT) WORKFORCE DEVELOPMENT PILOT ...............................................D.B.E. SUBCONTRACTORS AND MATERIAL SUPPLIERS OR..............................................................MANUFACTURERS...................................................................................................................................ITEM #0020903A - LEAD COMPLIANCE FOR MISCELLANEOUS..........................................................EXTERIOR TASKS ....................................................................................................................................ITEM #0097773A - SPARE PARTS...........................................................................................................ITEM #0202451A - TEST PIT EXCAVATION ............................................................................................ITEM #0406125A - BITUMINOUS CONCRETE SURFACE PATCH.........................................................ITEM #0925101A - RELAY BRICK WALK .................................................................................................ITEM #0952001A - SELECTIVE CLEARING AND THINNING..................................................................ITEM #0969062A - CONSTRUCTION FIELD OFFICE, MEDIUM .............................................................ITEM #0971001A - MAINTENANCE AND PROTECTION OF TRAFFIC...................................................ITEM #1002201A - TRAFFIC CONTROL FOUNDATION – SPAN POLE .................................................ITEM #1002202A - TRAFFIC CONTROL FOUNDATION – MAST ARM...................................................ITEM #1005600A - LED LUMINAIRE.........................................................................................................ITEM #1008908A - CLEAN EXISTING CONDUIT.....................................................................................

5677889

11121414151516161717181819192122262833363862636364668992939797

109109131132133136137138146173184195197

171-401 & 171-402 2

Page 3: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

ITEM #1010060A - CLEAN EXISTING CONCRETE HANDHOLE ............................................................ITEM #1102002A - 8' ALUMINUM PEDESTAL .........................................................................................ITEM #1103022A - 30’ STEEL SPAN POLE..............................................................................................ITEM #1103023A - 32’ STEEL SPAN POLE..............................................................................................ITEM #1103059A - 32’ STEEL COMBINATION SPAN POLE (20’ BRACKET) .......................................ITEM #1114102A - SPAN WIRE................................................................................................................ITEM #1104026A - 25’ STEEL MAST ARM ASSEMBLY...........................................................................ITEM #1104028A - 30’ STEEL MAST ARM ASSEMBLY...........................................................................ITEM #1104031A - 35’ STEEL MAST ARM ASSEMBLY...........................................................................ITEM #1104033A - 40’ STEEL MAST ARM ASSEMBLY...........................................................................ITEM #1104037A - 45’ STEEL MAST ARM ASSEMBLY...........................................................................ITEM #1104038A - 50’ STEEL MAST ARM ASSEMBLY...........................................................................ITEM #1105001A - 1 WAY, 1 SECTION SPAN WIRE TRAFFIC SIGNAL ................................................ITEM #1105003A - 1 WAY, 3 SECTION SPAN WIRE TRAFFIC SIGNAL ................................................ITEM #1105101A - 1 WAY, 1 SECTION MAST ARM TRAFFIC SIGNAL..................................................ITEM #1105103A - 1 WAY, 3 SECTION MAST ARM TRAFFIC SIGNAL..................................................ITEM #1105107A - 2 WAY, 3 SECTION MAST ARM TRAFFIC SIGNAL..................................................ITEM #1105180A - 1 WAY, 1 SECTION BI-COLORED ARROW..............................................................ITEM #1105203A - 1 WAY, 3 SECTION POLE MOUNTED TRAFFIC......................................................SIGNAL ......................................................................................................................................................ITEM #1105303A - 1 WAY, 3 SECTION PEDESTAL MOUNTED TRAFFIC.............................................SIGNAL ......................................................................................................................................................ITEM #1106001A - 1 WAY PEDESTRIAN SIGNAL POLE MOUNTED.....................................................ITEM #1106003A - 1 WAY PEDESTRIAN SIGNAL PEDESTAL MOUNTED............................................ITEM #1106004A - 2 WAY PEDESTRIAN SIGNAL PEDESTAL MOUNTED............................................ITEM #1107011A - ACCESSIBLE PEDESTRIAN SIGNAL AND...............................................................DETECTOR (TYPE A) .............................................................................................................................ITEM #1108115A - FULL ACTUATED CONTROLLER 8 PHASE .............................................................ITEM #1108163A - MODIFY EXISTING CONTROLLER...........................................................................ITEM #1108207A - INSTALL STATE FURNISHED TRAFFIC...................................................................CONTROLLER AND CABINET..................................................................................................................ITEM #1108724A - PHASE SELECTOR....................................................................................................ITEM #1112410A - DETECTOR (TYPE A) ..............................................................................................ITEM #1112470A - PRE-EMPTION SYSTEM CHASSIS...........................................................................ITEM #1113550A - DETECTOR CABLE (OPTICAL) ...............................................................................ITEM #1108727A - PHASE SELECTOR (AUDIO) ...................................................................................ITEM #1112207A - SIREN DETECTOR ....................................................................................................ITEM #1108808A - TRAINING...................................................................................................................ITEM #1111201A - TEMPORARY DETECTION (SITE NO. 1) ................................................................ITEM #1111202A - TEMPORARY DETECTION (SITE NO. 2) ................................................................ITEM #1111204A - TEMPORARY DETECTION (SITE NO. 4) ................................................................ITEM #1111205A - TEMPORARY DETECTION (SITE NO. 5) ................................................................ITEM #1111206A - TEMPORARY DETECTION (SITE NO. 6) ................................................................ITEM #1111207A - TEMPORARY DETECTION (SITE NO. 7) ................................................................ITEM #1111208A - TEMPORARY DETECTION (SITE NO. 8) ................................................................ITEM #1111209A - TEMPORARY DETECTION (SITE NO. 9) ................................................................ITEM #1111210A - TEMPORARY DETECTION (SITE NO. 10) ..............................................................ITEM #1111211A - TEMPORARY DETECTION (SITE NO. 11) ..............................................................ITEM #1111212A - TEMPORARY DETECTION (SITE NO. 12) ..............................................................ITEM #1111213A - TEMPORARY DETECTION (SITE NO. 13) ..............................................................ITEM #1111401A - LOOP VEHICLE DETECTOR.....................................................................................ITEM #1111451A - LOOP DETECTOR SAWCUT.....................................................................................ITEM #1111470A - TIME CLOCK ..............................................................................................................

198199200200200200214214214214214214232232232232232232232232232232237237237239239243257258258260260260260266266271272272272272272272272272272272272272276276281

171-401 & 171-402 3

Page 4: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

ITEM #1111600A - EXTENSION BRACKET .............................................................................................ITEM #1112259A - VIDEO DETECTION PROCESSOR ...........................................................................ITEM #1112281A - VEHICLE DETECTION CAMERA ASSEMBLY ..........................................................ITEM #1113901A - CAMERA CABLE........................................................................................................ITEM #1112284A - VEHICLE DETECTION MONITOR.............................................................................ITEM #1112285A - THERMAL VIDEO DETECTOR ASSEMBLY..............................................................ITEM #1111600A - EXTENSION BRACKET .............................................................................................ITEM #1112286A - 360 DEGREE CAMERA ASSEMBLY .........................................................................ITEM #1112287A - 360 DEGREE VIDEO DETECTION PROCESSOR....................................................ITEM #1113725A - 23 AWG 4 TWISTED PAIR CATEGORY 6 CABLE....................................................ITEM #1112288A - IP VIDEO DETECTION CAMERA ASSEMBLY..........................................................ITEM #1112289A - 360 DEGREE CLOSED LOOP SYSTEM DETECTION..............................................VIDEO DETECTION PROCESSOR ..........................................................................................................ITEM #1113431A - #16 AWG, 6 TWISTED PAIR, COMMUNICATION.....................................................CABLE .......................................................................................................................................................ITEM #1113506A - RELOCATE INTERCONNECT CABLE ......................................................................ITEM #1114201A - AUXILIARY EQUIPMENT CABINET ..........................................................................ITEM #1118012A - REMOVAL AND/OR RELOCATION OF TRAFFIC.....................................................SIGNAL EQUIPMENT................................................................................................................................ITEM #1118051A - TEMPORARY SIGNALIZATION (SITE NO. 1) .........................................................ITEM #1118052A - TEMPORARY SIGNALIZATION (SITE NO. 2) .........................................................ITEM #1118054A - TEMPORARY SIGNALIZATION (SITE NO. 4) .........................................................ITEM #1118055A - TEMPORARY SIGNALIZATION (SITE NO. 5) .........................................................ITEM #1118056A - TEMPORARY SIGNALIZATION (SITE NO. 6) .........................................................ITEM #1118057A - TEMPORARY SIGNALIZATION (SITE NO. 7) .........................................................ITEM #1118058A - TEMPORARY SIGNALIZATION (SITE NO. 8) .........................................................ITEM #1118059A - TEMPORARY SIGNALIZATION (SITE NO. 9) .........................................................ITEM #1118060A - TEMPORARY SIGNALIZATION (SITE NO. 10) .......................................................ITEM #1118071A - TEMPORARY SIGNALIZATION (SITE NO. 11) .......................................................ITEM #1118072A - TEMPORARY SIGNALIZATION (SITE NO. 12) .......................................................ITEM #1118073A - TEMPORARY SIGNALIZATION (SITE NO. 13) .......................................................ITEM #1118301A - RELOCATE PRE-EMPTION SYSTEM (SITE NO. 1) ...............................................ITEM #1118310A - RELOCATE PRE-EMPTION SYSTEM (SITE NO. 10) .............................................EVPS TEST PROCEDURE........................................................................................................................ITEM #1206023A - REMOVAL AND RELOCATION OF EXISTING SIGNS..............................................ITEM #1208932A - SIGN FACE - SHEET ALUMINUM (TYPE IV ............................................................RETROREFLECTIVE SHEETING) ...........................................................................................................PERMITS AND/OR REQUIRED PROVISIONS.........................................................................................

282282282282288290294294294294303308308313313315317318318322322322322322322322322322322322322327327329330331331333

171-401 & 171-402 4

Page 5: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-09-17

CONTRACT TIME AND LIQUIDATED DAMAGES

AUGUST 1, 2018

FEDERAL AID PROJECT NO. 000T(074) STATE PROJECT NO. 171-401

& FEDERAL AID PROJECT NO. 000T(073)

STATE PROJECT NO. 171-402

INSTALLATION & REVISION OF TRAFFIC CONTROL SIGNALS IN DISTRICT 1

Towns of: Bloomfield, Cheshire, East Hartford, Meriden, New Britain, Plainville, Rocky Hill, Southington, Wethersfield, Windsor Locks

Federal Aid Project Nos. 000T(074) & 000T(073)

The State of Connecticut, Department of Transportation, Standard Specifications for Roads, Bridges, Facilities and Incidental Construction, Form 817, 2016, as revised by the Supplemental Specifications dated January 2018 (otherwise referred to collectively as "ConnDOT Form 817") is hereby made part of this contract, as modified by the Special Provisions contained herein. Form 817 is available at the following DOT website link http://www.ct.gov/dot/cwp/view.asp?a=3609&q=430362. The current edition of the State of Connecticut Department of Transportation's "Construction Contract Bidding and Award Manual" ("Manual"), is hereby made part of this contract. If the provisions of this Manual conflict with provisions of other Department documents (not including statutes or regulations), the provisions of the Manual will govern. The Manual is available at the following DOT website link http://www.ct.gov/dot/cwp/view.asp?a=2288&q=259258. The Special Provisions relate in particular to INSTALLATION & REVISION OF TRAFFIC CONTROL SIGNALS IN DISTRICT 1 in the Towns of .

CONTRACT TIME AND LIQUIDATED DAMAGES Four Hundred Fifty (450) calendar days will be allowed for completion of the work on this Contract and the liquidated damages charge to apply will be Two Thousand Five Hundred Dollars ($2,500.00) per calendar day.

171-401 & 171-402 5

Page 6: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

September 2016

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - PRE-BID QUESTIONS AND ANSWERS Questions pertaining to DOT advertised construction projects must be presented through the CTDOT Pre-Bid Q and A Website. The Department cannot guarantee that all questions will be answered prior to the bid date.  PLEASE NOTE - at 9:00 am Monday (i.e. typical Wednesday Bid Opening) the project(s) being bid will be closed for questions, at which time questions can no longer be submitted through the Q and A Website. Answers may be provided by the Department up to 12:00 noon, the day before the bid. At this time, the Q and A for those projects will be considered final, unless otherwise stated and/or the bid is postponed to a future date and time to allow for further questions and answers to be posted. If a question needs to be asked the day before the bid date, please contact the Contracts Unit staff and email your question to [email protected] immediately. Contractors must identify their company name, contact person, contact email address and phone number when asking a question. The email address and phone number will not be made public. The questions and answers (if any) located on the Q and A Website are hereby made part of the bid/contract solicitation documents (located on the State Contracting Portal), and resulting contract for the subject project(s). It is the bidder’s responsibility to monitor, review, and become familiar with the questions and answers, as with all bid requirements and contract documents, prior to bidding. By signing the bid proposal and resulting contract, the bidder acknowledges receipt of, and agrees to the incorporation of the final list of Q and A, into the contract document. Contractors will not be permitted to file a future claim based on lack of receipt, or knowledge of the questions and answers associated with a project. All bidding requirements and project information, including but not limited to contract plans, specifications, addenda, Q and A, Notice to Contractors, etc., are made public on the State Contracting Portal and/or the CTDOT website.

171-401 & 171-402 6

Page 7: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 2/6/18

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - CONSTRUCTION CONTRACTOR DIGITAL SUBMISSIONS Upon execution of the Contract, the Contractor acknowledges and agrees that contractual submittals for this Project shall be submitted and handled through a system of paperless electronic means as outlined in the special provision for Section 1.05 herein. Shop drawings, working drawings, and product data shall be created, digitally signed and delivered by the Contractor in accordance with the Department’s Contractor Digital Submission Manual (CDSM). Other deliverables that are required by other special provisions shall be similarly submitted. Access credentials will be provided to the Contractor by the Department. The Department will provide the Contractor with a list of email addresses that are to be used for each submittal type. The Department shall not be held responsible for delays, lack of processing or response to submittals that do not follow the specified guidelines in the CDSM.

171-401 & 171-402 7

Page 8: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

 

NTC - FEDERAL WAGE DETERMINATIONS

NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act)

The following Federal Wage Determinations are applicable to this Federal- Aid contract and are hereby incorporated by reference. During the bid advertisement period, it is the bidder’s responsibility to obtain the latest Federal wage rates from the US Department of Labor website, as may be revised 10 days prior to bid opening. Any revisions posted 10 days prior to the bid opening shall be the wage determinations assigned to this contract.

Check Applicable WD# (DOT Use Only)

WD# Construction Type Counties

X CT1 Highway Fairfield, Litchfield, Middlesex, New Haven, Tolland, Windham

CT2 Highway New London X CT3 Highway Hartford CT5 Heavy Dredging (Hopper

Dredging) Fairfield, Middlesex, New Haven, New London

CT6 Heavy Dredging Statewide CT13 Heavy Fairfield CT14 Heavy Hartford CT15 Heavy Middlesex, Tolland CT16 Heavy New Haven CT17 Heavy New London CT26 Heavy Litchfield, Windham CT18 Building Litchfield CT19 Building Windham CT20 Building Fairfield CT21 Building Hartford CT22 Building Middlesex CT23 Building New Haven CT24 Building New London CT25 Building Tolland CT4 Residential Litchfield, Windham CT7 Residential Fairfield CT8 Residential Hartford CT9 Residential Middlesex CT10 Residential New Haven CT11 Residential New London CT12 Residential Tolland

The Federal wage rates (Davis-Bacon Act) applicable to this Contract shall be the Federal wage rates

that are current on the US Department of Labor website (http://www.wdol.gov/dba.aspx) as may be revised 10 days prior to bid opening. The Department will no longer physically include revised Federal wage rates in the bid documents or as part of addenda documents. These applicable Federal wage rates will be incorporated in the final contract document executed by both parties.

If a conflict exists between the Federal and State wage rates, the higher rate shall govern. To obtain the latest Federal wage rates, go to the US Department of Labor website (link above). Under

Davis-Bacon Act, choose “Selecting DBA WDs” and follow the instruction to search the latest wage rates for the State, County and Construction Type.

171-401 & 171-402 8

Page 9: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-18 1 of 2

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - RECENT REVISIONS The Contractor is hereby notified that the following Traffic Engineering Special Provisions have been revised:

Section 10.00 – General Clauses for Highway Illumination and Traffic Signal Projects Updated as-built plan requirements

0971001A – Maintenance and Protection of Traffic

Added section for Intermediate Term Sidewalk Closures 1105xxxA – X_Way_X_Section Traffic Signal:

Changed the color of housing, brackets, and hardware Clarified color of housing door and visor. Backplates:

o changed to louvered o changed retroreflective strip sheeting type

1106xxxA – X_Way_Pedestrian Signal:

Changed the color of housing, brackets, and hardware Clarified color of housing door and visor

1107007A – Pedestrian Pushbutton and Sign (Piezo) Changed the color of housing, brackets, and hardware

1107011A – Accessible Pedestrian Signal and Detector (Type A)

Changed the color of housing, brackets, and hardware Changed the sign size to 9” x 15”

1112286A – 360 Degree Camera Assembly 1112288A – IP Video Detection Camera Assembly

Added installation best practices guide

1118012A – Removal and/or Relocation of Traffic Signal Equipment Added lead paint information Added coordination with DOT for District 1-owned video detection

equipment The Contractor is hereby notified that Traffic Engineering’s following guide sheets are included:

GS-05 (TR-1105_01) – Traffic Signals and Cable Assignments Revised grounding note for span and other minor revisions

171-401 & 171-402 9

Page 10: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-18 2 of 2

NOTICE TO CONTRACTOR

GS-06 (TR-1114_01) – Bonding and Utility Pole Attachment Details, Sign Hanger, “Y” Clamp Detail

Revised wood pole grounding details, added ground rod.

171-401 & 171-402 10

Page 11: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/21/17

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - USE OF STATE POLICE OFFICERS

The Department will reimburse services of State Police Officers as a direct payment to the Department of Emergency Services and Public Protection. Payment for State Police Officers must be approved by the Engineer. Any State Police Officers used by the Contractor for its convenience is the responsibility of the Contractor. A separate payment item for State Police Officers is not included in this Contract. Any costs associated with coordination and scheduling of State Police Officers shall be included in the lump sum bid price for Item No. 0971001A – Maintenance and Protection of Traffic.

171-401 & 171-402 11

Page 12: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-14 1 of 2

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - TRAFFIC SIGNALS The Contractor is hereby notified that certain conditions pertaining to the installation of new signals and maintenance of traffic signal operations are required when relevant, as part of this contract. Qualified/Unqualified Workers U.S. Department of Labor Occupational Safety & Health Administration (OSHA) www.osha.gov Part Number 1910 Part Title Occupational Safety & Health Administration Subpart S Subpart Title Electrical Standard Number 1910.333 Title Selection and use of work practices Completion of this project will require Contractor employees to be near overhead utility lines. All workers and their activities when near utility lines shall comply with the above OSHA regulations. In general, unqualified workers are not allowed within 10 feet of overhead, energized lines. It is the contractor’s responsibility to ensure that workers in this area are qualified in accordance with OSHA regulations. The electric distribution company is responsible to provide and install all necessary anchors and guy strands on utility poles. It is the Contractors responsibility to coordinate with the utility company to ensure proper placement of the anchor. The Controller Unit (CU) shall conform to the current edition of the Functional Specifications for Traffic Control Equipment. The Functional Specifications require the CU meet NEMA Standard Publication No. TS2-1992 Type 2. The Functional Specifications are available on the Departments’ web site http://www.ct.gov/dot/site/default.asp, click on “Doing Business with CONNDOT”, under Engineering Resourses click on “Traffic Engineering”, Scroll down to Traffic Documents click on “Functional_Specifications_for_Traffic_Control_Equip.pdf”. Utility poles cannot be double loaded without proper guying. The contractor will be held liable for all damage to existing equipment resulting from his or his subcontractor's actions. A credit will be deducted from monies due the Contractor for all maintenance calls responded to by Department of Transportation personnel. The Contractor must install permanent or temporary spans in conjunction with utility company relocations. He then must either install the new signal equipment and controller or relocate the existing equipment.

171-401 & 171-402 12

Page 13: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-14 2 of 2

NOTICE TO CONTRACTOR

The 30 Day Test on traffic control equipment, as specified in Section 10.00, Article 10.00.10 - TESTS, will not begin until the items listed below are delivered to the Department of Transportation, Traffic Signal Lab in Rocky Hill. Five (5) sets of cabinet wiring diagrams. Leave one set in the controller cabinet. All spare load switches and flash relays.

171-401 & 171-402 13

Page 14: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - SPAN WIRES, SPAN POLES AND SPAN POLE FOUNDATIONS The Contractor is notified that the Contract includes special provisions for the span wire, steel span pole, and span pole foundation items that require the submittal of working drawings and calculations for each span wire structure configuration.

171-401 & 171-402 14

Page 15: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - SPAN POLE AND MAST ARM FOUNDATIONS The Contractor shall use the temporary casing construction method to construct the following foundations:

Intersection Structure Structure Type 088-247 088-247-D Mast Arm

The temporary casing shall extend to the bottom of the drilled shaft. Before the casing is withdrawn the level of fresh concrete inside the casing shall be a minimum of 5 feet above either the hydrostatic water level in the formation, or the level of the drilling fluid in the annular space behind the casing, whichever is higher. Care shall be taken to avoid any damage to any existing structures, including buildings, walls, and bridges, in proximity to the mast arm foundations. Additionally, structures in close proximity to the above-tabulated mast arm foundations shall be monitored for deformation and vibration as indicated in the special provision for Item #1002201A – Traffic Control Foundation – Span Pole and Item #1002202A - Traffic Control Foundation – Mast Arm, as applicable.

171-401 & 171-402 15

Page 16: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/2018

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - ELECTRONIC ENGINEERING DATA (EED)

The EED is an assembly of engineering data files that were used to produce the Contract plans. Electronic Engineering Data (EED) is provided for information purposes only. In case of conflict between the EED and the Contract plans and specifications, the contract plans and specifications shall govern. The EED has been reviewed by the Department for quality control purposes, but it is the Contractor’s responsibility to build the Project per the contract plans and specifications. The EED is being provided to the Engineer for GPS/RTS inspection. The Contractor may use the EED to assist in bidding, layout and Automated Machine Control/Guidance. The EED includes geospatially-correct 2D CAD files and may include horizontal and vertical alignment data files, 3D surface model files (break-line features and triangles) and a preference file. The data is being provided in two formats:

Native Format o Bentley MicroStation CAD files (dgn) o Bentley SS2 InRoads Alignment Files (alg) o Bentley SS2 InRoads Digital Terrain Models (dtm) o Bentley SS2 InRoads Preference File (xin)

Converted Format (for use in GPS/RTS Site equipment) o AutoCAD CAD files (dxf) o Alignment files (xml) o Surface Models (xml)

For a complete list of EED files, see the EED file manifest (PDF) located in the EED_0171-0401.zip file (0171-0401 is the project number) which is posted with the contract PS&E’s on the State Contracting portal.

171-401 & 171-402 16

Page 17: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 3/2/18

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - GLOBAL POSITIONING SYSTEM (GPS) COORDINATES FOR SIGNS The Contractor shall obtain and provide to the Engineer sign installation data, including Global Positioning System (GPS) latitude and longitude coordinates, for all new State owned and maintained signs. The Engineer shall forward the sign data to the Division of Traffic Engineering for upload into the Highway Sign Inventory and Maintenance Management Program (SIMS). Sign data submissions or questions relating to SIMS or GPS shall be sent to [email protected]. Refer to the special provision for Section 12.00 General Clauses For Highway Signing.

171-401 & 171-402 17

Page 18: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 02/14/14

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - UNANTICIPATED DISCOVERY OF CULTURAL RESOURCES If historic properties are unexpectedly encountered during Project construction, the contractor will immediately cease all construction activities in the immediate vicinity that may reasonably be assumed to affect the historic properties. Any historic property discoveries shall to the extent possible be protected in situ to allow for consultation among the Parties and the Tribes. The historic properties may be preserved in situ or mitigated on a case-by-case basis in consultation with the Parties and the Tribes. No artifacts are to be removed from the site unless approved by all parties. Notwithstanding anything to the contrary herein, the curation and disposition of any cultural resources shall be consistent with 36 C.F.R. Part 79 and other applicable law. If human remains are unexpectedly encountered during Project construction, the remains will be treated in a respectful manner and in accordance with the respective laws of the State of Connecticut (Connecticut General Statutes Chapter 184a Section 10-388) and State of Connecticut Department of Transportation, Form 816 Standard Specifications for Roads, Bridges, and Incidental Construction and Supplemental Specifications.

171-401 & 171-402 18

Page 19: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

NOTICE TO CONTRACTOR

NOTICE TO CONTRACTOR - HAZARDOUS MATERIALS INVESTIGATIONS Limited hazardous materials site investigations have been conducted at eleven (11) Traffic Signal Intersection Sites in District 1, Connecticut. The scope of inspections were limited to the representative components projected for impact. Detectable amounts of lead were found on various traffic signal span poles, crosswalk traffic light signals/ push buttons/hoods and controller cabinets. Also, the paint associated with the traffic signal lights themselves and other traffic signal components are presently presumed to be lead containing at the intersection sites. At Intersection Nos. 011-209 (span pole), 025-225 (hoods/buttons), 042-251 (traffic light on pole) & 088-279 (traffic light on span pole), the Engineer has characterized the paint waste stream as non-hazardous, non-RCRA waste. At Intersection Nos. where lead containing paint is presently presumed on the traffic lights themselves and other traffic signal components (push buttons, hoods, traffic signal lights on poles, etc.), any paint waste generated from them should be tested for TCLP lead to determine waste disposal. Traffic lights, crosswalk signal lamp hoods/connectors, crosswalk push buttons, etc. with identified or presumed lead painted surfaces shall be removed in a manner as to not impact the lead paint (unbolt, cut non-painted surfaces, etc.) and to not generate lead paint waste. If lead paint waste from those components is generated it shall be tested via TCLP (lead) for waste disposal characterization. All steel and metal generated from work tasks (painted or not) shall be segregated and recycled as scrap metal at a scrap metal recycling facility. The recycling of scrap metal (regardless of lead paint concentration) is exempt from USEPA RCRA and CTDEEP Hazardous Waste Regulation. At Intersection No. 025-225, tan brittle caulk at the base of the controller cabinet was sampled and found to contain no detectable amounts of asbestos. At Intersection No. 088-279, grey pliable caulk and loose black fibrous material at the base of the controller cabinet were sampled and found to contain no detectable amounts of asbestos. At Intersection No. 131-233, back/grey flexible caulk at the base of the controller cabinet was sampled and found to contain no detectable amounts of asbestos. At Intersection No. 159-230, hard white caulk at the base of the controller cabinet was sampled and found to contain no detectable amounts of asbestos. At Intersection No. 165-213, hard white caulk at the base of the controller cabinet was sampled and found to contain no detectable amounts of asbestos. Potential universal waste (UW) and Connecticut Regulated Waste (CRW) items associated with the traffic lights themselves, crosswalk signal hoods/buttons and control cabinets (i.e. Hg lamps/PCB ballasts and/or printed circuit boards) are also likely present at the Intersection sites.

171-401 & 171-402 19

Page 20: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

NOTICE TO CONTRACTOR

The Contractor is hereby notified that these hazardous materials requiring special management or disposal procedures will be encountered during various construction activities conducted within the project limits. The Contractor will be required to implement appropriate health and safety measures for all construction activities impacting these materials. These measures shall include, but are not limited to, air monitoring, engineering controls, personal protective equipment and decontamination, equipment decontamination and personnel training. WORKER HEALTH AND SAFETY PROTOCOLS WHICH ADDRESS POTENTIAL AND/OR ACTUAL RISK OF EXPOSURE TO SITE SPECIFIC HAZARDS ARE SOLELY THE RESPONSIBILITY OF THE CONTRACTOR. The Department, as Generator, will provide an authorized representative to sign all manifests and waste profile documentation required by disposal facilities for disposal of hazardous materials. The Sections which shall be reviewed by the Contractor include, but are not limited to, the following:

Item No. 0020903A – Lead Compliance for Miscellaneous Exterior Tasks The Contractor is alerted to the fact that a Department environmental consultant may be on site for abatement and related activities, to collect environmental samples (if necessary), and to observe site conditions for the State. Information pertaining to the results of the limited hazardous materials investigation discussed can be found in the document listed below. This document shall be available for review electronically.

HazMat Inspection – One (1) Traffic Signal Intersection (079-210), Meriden, CT, May 4, 2018

HazMat Inspection – Ten (10) District 1 Traffic Signal Intersections, Nine (9) Cities/Towns, CT, May 4, 2018

171-401 & 171-402 20

Page 21: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 03/25/08

SECTION 1.02

SECTION 1.02 - PROPOSAL REQUIREMENTS AND CONDITIONS Article 1.02.04 – Examination of Plans, Specifications, Special Provisions and Site of Work:

Replace the third sentence of the last paragraph with: The Department cannot ensure a response to inquiries received later than ten (10) days

prior to the original scheduled opening of the related bid.

171-401 & 171-402 21

Page 22: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 6/21/18

SECTION 1.05 

SECTION 1.05 - CONTROL OF THE WORK

Replace Article 1.05.02 with the following: 1.05.02—Contractor Submittals, Working Drawings, Shop Drawings, Product Data, Submittal Preparation and Processing - Review Timeframes, Department’s Action: 1. Contractor Submittals: The plans provided by the Department show the details necessary to give a comprehensive idea of the construction contemplated under the Contract. The plans will generally show the location, character, dimensions, and details necessary to complete the Project. If the plans do not show complete details, they will show the necessary dimensions and details, which when used along with the other Contract documents, will enable the Contractor to prepare working drawings, shop drawings or product data necessary to complete the Project. The Contractor shall prepare submittals as Portable Document Format (PDF) files. The Contractor is also required to acquire, maintain access and use the Department’s document management system for delivery of submittals. The format, digital signing requirements, delivery processes and document tracking procedures shall be performed in accordance with this specification and the Contractor’s Digital Submission Manual (CDSM). The submittals shall be sent to the Department’s reviewer(s), sufficiently in advance of the work detailed, to allow for their review in accordance with the review periods as specified herein (including any necessary revisions, resubmittal, and final review), and acquisition of materials, without causing a delay of the Project. 2. Working Drawings: When required by the Contract or when ordered to do so by the Engineer, the Contractor shall prepare and submit the working drawings, signed, sealed and dated by a qualified Professional Engineer licensed to practice in the State of Connecticut, for review. The drawings shall be delivered sufficiently in advance of the work detailed, to allow for their review in accordance with the review periods specified herein (including any necessary revisions, resubmittal, and final review). There will be no direct payment for furnishing any working drawings, procedures or supporting calculations, but the cost thereof shall be considered as included in the general cost of the work. a. Working Drawings for Permanent Construction: The Contractor shall supply to the Assistant District Engineer a certificate of insurance in accordance with 1.03.07 at the time that the working drawings for the Project are submitted. The Contractor’s designer, who prepares the working drawings, shall secure and maintain at no direct cost to the State a Professional Liability Insurance Policy for errors and omissions in the minimum amount of $2,000,000 per error or omission. The Contractor’s designer may elect to obtain a policy containing a maximum $250,000 deductible clause, but if the Contractor’s designer should obtain a policy containing such a clause, they shall be liable to the extent of at

171-401 & 171-402 22

Page 23: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 6/21/18

SECTION 1.05 

least the deductible amount. The Contractor’s designer shall obtain the appropriate and proper endorsement of its Professional Liability Policy to cover the indemnification clause in this Contract, as the same relates to negligent acts, errors or omissions in the Project work performed by them. The Contractor’s designer shall continue this liability insurance coverage for a period of

(i) 3 years from the date of acceptance of the work by the Engineer, as evidenced by a State of Connecticut, Department of Transportation form entitled "Certificate of Acceptance of Work," issued to the Contractor; or

(ii) 3 years after the termination of the Contract, whichever is earlier, subject to the continued commercial availability of such insurance.

b. Working Drawings for Temporary Construction: The Contractor shall submit drawings,

calculations, procedures and other supporting data to the Assistant District Engineer. NOTE: Steel Span Poles and Mast Arm Assemblies:

When these items are included in the Project, the working drawing submission for Steel Span Poles and Mast Arm Assemblies shall follow the format described in the Steel Span Pole and Steel Mast Arm Assembly Guide Sheets and shall be sent to the “Engineer of Record.”

3. Shop Drawings: When required by the Contract, or when ordered to do so by the Engineer, the Contractor shall prepare and deliver shop drawings to the Designer for review. Review timeframes and submission locations are as specified herein. There will be no direct payment for furnishing any shop drawings, but the cost thereof shall be considered as included in the general cost of the work. 4. Product Data: When required by the Contract, or when ordered to do so by the Engineer, the Contractor shall prepare and deliver product data. The Contractor shall submit the product data in a single submittal for each element or group of elements of construction. The Contractor shall mark each copy of the product data submittal to show applicable choices and options. Where product data includes information on several products that are not required, copies shall be marked to indicate the applicable information. Product data shall include the following information and confirmation of conformance with the Contract to the extent applicable: manufacturer’s printed recommendations, compliance with recognized trade association standards, compliance with recognized testing agency standards, application of testing agency labels and seals, notation of coordination requirements, Contract item number, and any other information required by the individual Contract provisions. There will be no direct payment for furnishing any product data, but the cost thereof shall be considered as included in the general cost of the work.

171-401 & 171-402 23

Page 24: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 6/21/18

SECTION 1.05 

NOTE: Traffic Signal Item Submissions:

When required by the Contract or ordered by the Engineer, the Contractor shall prepare and

submit product data sheets, working drawings and/or shop drawings for all traffic signal items, except Steel Span Poles and Mast Arm Assemblies when applicable, to the Division of Traffic Engineering for review before fabrication. The packaged set of product data sheets, working drawings and/or shop drawings shall be submitted in an electronic portable document format (.pdf).

The packaged set shall be submitted in an electronic portable document format (.pdf), in

an individual file with appropriate bookmarks for each item. The electronic files for working drawings and shop drawings shall be created on ANSI B (11” x 17”; 279 mm x 432 mm; ledger/tabloid) sheets.

Submit Traffic Signal Items via email to: [email protected]

Town-maintained color for signal equipment: For locations with Town-maintained color (noted on the plans), submit color sample and

powder coating procedure (if applicable) to the corresponding Town as specified in the special provisions for the specific items.

5. Submittal Preparation and Processing – Review Timeframes: The Contractor shall allow 30 calendar days for submittal review by the Department, from the date receipt is acknowledged by the Department’s reviewer. For any submittals marked with “Revise and Resubmit” or “Rejected,” the Department is allowed an additional 20 calendar days for review of any resubmissions. An extension of Contract time will not be authorized due to the Contractor’s failure to transmit submittals sufficiently in advance of the work to permit processing. The furnishing of shop drawings, working drawings or product data, or any comments or suggestions by the Designer or Engineer concerning shop drawings, working drawings or product data, shall not relieve the Contractor of any of its responsibility for claims by the State or by third parties, as per 1.07.10. The furnishing of the shop drawings, working drawings and product data shall not serve to relieve the Contractor of any part of its responsibility for the safety or the successful completion of the Project construction. 6. Department’s Action: The Designer or Engineer will review each submittal, mark each with a self-explanatory action stamp, and return the stamped submittal promptly to the

171-401 & 171-402 24

Page 25: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 6/21/18

SECTION 1.05 

Contractor. The Contractor shall not proceed with the part of the Project covered by the submittal until the submittal is marked “No Exceptions Noted” or “Exceptions as Noted” by the Designer or Engineer. The Contractor shall retain sole responsibility for compliance with all Contract requirements. The stamp will be marked as follows to indicate the action taken: a. If submittals are marked “No Exceptions Noted,” the Designer or Engineer has not observed

any statement or feature that appears to deviate from the Contract requirements. This disposition is contingent on being able to execute any manufacturer’s written warranty in compliance with the Contract provisions.

b. If submittals are marked “Exceptions as Noted” the considerations or changes noted by the Department’s Action are necessary for the submittal to comply with Contract requirements. The Contractor shall review the required changes and inform the Designer or Engineer if they feel the changes violate a provision of the Contract or would lessen the warranty coverage.

c. If submittals are marked “Revise and Resubmit,” the Contractor shall revise the submittals to address the deficiencies or provide additional information as noted by the Designer or Engineer. The Contractor shall allow an additional review period as specified in 1.05.02-5.

d. If submittals are marked “Rejected,” the Contractor shall prepare and submit a new submittal in accordance with the Designer’s or Engineer’s notations. The resubmissions require an additional review and determination by the Designer or Engineer. The Contractor shall allow an additional review period as specified in 1.05.02-5.

171-401 & 171-402 25

Page 26: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 01-18 1 of 2

SECTION 1.06

SECTION 1.06 - CONTROL OF MATERIALS Article 1.06.01 - Source of Supply and Quality: Add the following: Traffic Signal Items: For the following traffic signal items the contractor shall submit a complete description of the item, shop drawings, product data sheets and other descriptive literature which completely illustrates such items presented for formal review. Such review shall not change the requirements for a certified test report and materials certificate as may be called for. All documents shall be grouped into one separate file for each group of items as indicated by the Roman numerals below (for example, one pdf file for all of the pedestal items). The documents for all of the traffic signal items shall be submitted at one time, unless otherwise allowed by the engineer.

I. 1003206 – Light Standard (15' Bracket, 30' Mounting Height)

II. 10080XX – Rigid Metal Conduit

III. 11020XX – Aluminum Pedestals IV. 11050XXA – Traffic Signals, Span Mounted - LEDs, Housings and Hardware

11051XXA – Traffic Signals, Mast Arm Mounted - LEDs, Housings and Hardware 11052XXA – Traffic Signals, Pole Mounted - LEDs, Housings and Hardware 11053XXA – Traffic Signals, Pedestal Mounted - LEDs, Housings and Hardware 11055XXA – LED Traffic Signal Lamp Unit

V. 11060XXA – Pedestrian Signals - LEDs, Housings, and Hardware

11070XXA – Accessible Pedestrian Signal & Detector - Button, Housings & Sign (Type)

VI. 1108115A – Full Actuated Controller, 8-Phase – Cabinet and Components

VII. 1108660A - Ethernet Switch

VIII. 11XXXXXA – Optical Pre-Emption - Emitter, Detector, Phase Selector and Chassis 1114201A – Auxiliary Equipment Cabinet

IX. 11XXXXXA – Siren pre-emption - Detector, Phase Selector and Confirmation Light

171-401 & 171-402 26

Page 27: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 01-18 2 of 2

SECTION 1.06

X. 11114XXA – Loop Detector Amplifier, Sealant, Wire and Lead in Wire

XI. 1111600A – Extension Bracket 11122XXA – Vehicle Detection - Camera Assembly, Processor and Monitor

XII. 1112214A – IP Video Camera Assembly (CCTV)

XIII. 111339XA – Cable closure (Type)

XIV. 1113XXXA – Cable - Control Cable, Comm., CAT6, VC, Detector Cable (optical)

11134XXA – Control Cable – Communication Interconnect 1114101 – Messenger Wire

171-401 & 171-402 27

Page 28: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 10-16-13

SECTION 1.07

SECTION 1.07 - LEGAL RELATIONS AND RESPONSIBILITIES Article 1.07.10 - Contractor’s Duty to Indemnify the State against Claims for Injury or Damage:

Add the following after the only paragraph: “It is further understood and agreed by the parties hereto, that the Contractor shall not use

the defense of Sovereign Immunity in the adjustment of claims or in the defense of any suit, including any suit between the State and the Contractor, unless requested to do so by the State.”

171-401 & 171-402 28

Page 29: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-16 1 of 4

SECTION 1.07

SECTION 1.07 - LEGAL RELATIONS AND RESPONSIBILITIES Article 1.07.13 - Contractor's Responsibility for Adjacent Property, Facilities and Services is supplemented as follows: The following company and representative shall be contacted by the Contractor to coordinate the protection of their utilities on this project 30 days prior to the start of any work on this project involving their utilities: State of Connecticut Mr. Augusto Grazuna District 1 Electrical Supervisor Department of Transportation Hartford, Connecticut (860) 566-3156/3157 [email protected] Electric Towns of Rocky Hill and Wethersfield Mr. Nelson Blanco Eversource Energy (860) 280-2336 [email protected] Town of Bloomfield Mr. John Serdechny Eversource Energy (860) 280- 2038 [email protected] Town of Cheshire Mr. David Morel Eversource Energy (203) 271-4856 [email protected] Town of East Hartford Mr. Eric Lopez Eversource Energy (860) 280-2507 [email protected] City of Meriden Mr. Ryan Maher Eversource Energy (203) 271-4844 [email protected]

City of New Britain Mr. Eric Charette Eversource Energy (860) 271-4812 [email protected] Town of Plainville Mr. Joe Tribuzio Eversource Energy (203) 271-4735 [email protected] Town of Southington Mr. Bill Clingan Eversource Energy (860) 271-4854 [email protected] Town of Windsor Locks Mr. Walter Foster Eversource Energy (860) 280-2431 [email protected] Town of Bloomfield MCImetro Access Transmission Services Corp. dba Verizon Enterprise Solutions Mr. Eric C Johnson, Engr Iv Spec-Ntwk Eng & Ops 85 High St Pawtucket, RI 02860 (401) 727-9558 [email protected]

171-401 & 171-402 29

Page 30: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-16 2 of 4

SECTION 1.07

Telephone All Towns Mr. Michael Brecher Frontier Communications Telecommunications Specialist 1441 North Colony Road Meriden, CT 06450 (203) 235-0800 [email protected] Cable TV Towns of Bloomfield, East Hartford, New Britain, Plainville Comcast Mr. Jim Bitzas Sr. Manager of Western New England Comcast of Connecticut, Inc. 1110 East Mountain Road Westfield, MA 01085 (413) 562-9923 [email protected] Towns of Cheshire, Meriden, Rocky Hill, Southington, Wethersfield, Windsor Locks CoxCom, Inc. Mr. Thomas Derway, Capital/Utility Coordinator 801 Parker Street Manchester, CT 06045 PHONE: (860) 432-5040Waterford, CT 06385 [email protected] Communications All Towns Mr. Eric Clark Manager of Fiber Construction Lightower Fiber Networks 1781 Highland Avenue Cheshire, CT 06410 (203) 649-3904 [email protected] Town of Bloomfield, Rocky Hill, Wethersfield Mobilitie Mr. Peter Jeffrey, Regional Director New England, Network Deployment Boott Mill South 116 John St., Suite 210 Lowell, MA 01852 (877) 244-7889 [email protected]

Town of Cheshire AT&T Corp. (Long Lines) Mr. Mark P. Burkhart, Manager Technical Analysis Senior Cable Engineer 139 Bacon Pond Road Woodbury, CT 0679 (203) 266-4372 [email protected] Towns of East Hartford, Meriden, New Britain WilTel Communications, LLC dba, Level (3) Communications, LLC Mr. Mike Weaver, Project Manager, OSP Relocations 1025 Eldorado Boulevard - 43C-317 Broomfield, CO 8002 (919) 710-8891 [email protected] Natural Gas Towns of Bloomfield, East Hartford, New Britain, Rocky Hill, Wethersfield Connecticut Natural Gas Corporation, Engineering Department Mr. Jonathan Gould, Gas Engineer 76 Meadow Street, 2nd Floor East Hartford, CT 06108 (860) 727-3044 [email protected] Towns of Bloomfield, Cheshire, New Britain, Southington, Windsor Locks Kinder Morgan, Inc. (Tennessee Gas Pipeline L.L.C.) Mr. David Wood, Project Manager - Ops 8 Anngina Drive Enfield, CT 06082 (860) 763-6005 [email protected] Towns of Cheshire, Meriden, Plainville, Southington, Windsor Locks Mr. Bret Factora Manager of Gas Engineering/GIS Yankee Gas Services Company 47 Eagle Street Waterbury, CT 06708 (203) 596-3071 [email protected]

171-401 & 171-402 30

Page 31: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-16 3 of 4

SECTION 1.07

Towns of Cheshire, Meriden, Plainville, Rocky Hill, Southington Algonquin Gas Transmission Company dba Enbridge Mr. Bradley E. Franzese, Area Manager 252 Shunpike Road Cromwell, CT 06416 (860) 635-0800 [email protected] Petroleum Towns of East Hartford, Rocky Hill, Wethersfield, Windsor Locks Mr. David Jones Project Manager Buckeye Pipe Line Company, L.P. 9999 Hamilton Boulevard, Five TEK Park Breinigsville, PA 18031 (610) 904-4409 [email protected] Water and Sanitary Sewer Towns of Bloomfield, East Hartford, Rocky Hill, Wethersfield, Windsor Locks The Metropolitan District Mr. Richard Norris,, P.E. Project Engineer / Utility Liaison 555 Main Street, P.O. Box 800 Hartford, CT 06142-0800 (860) 278-7850 EXT: 3450 [email protected] Town of Windsor Locks The Connecticut Water Company Mr. Daniel Lesnieski, Infrastructure Rehabilitation Manager 446 Smith Street Middletown, CT 06457 (860) 292-2834 [email protected]

Towns of Plainville and Southington Valley Water Systems Mr. Donald Vaughan, General Manager & Vice President 37 Northwest Drive Plainville, CT 06062 (860) 747-8000 [email protected] Towns of Cheshire and Southington Town of Southington Water Department Mr. Frederick W. Rogers, Superintendent P.O. Box 111, 605 West Queen Street Southington, CT 06489-0111 (860) 628-5593 [email protected] Towns of Cheshire, Meriden, Southington City of Meriden, Department of Public Utilities Mr. Dennis Waz, Director of Public Utilities 117 Parker Avenue Meriden, CT 06450 (203) 630-4256 [email protected] Town of New Britain City of New Britain Water Department Mr. Gilbert J. Bligh, Director of Water 1000 Shuttle Meadow Avenue New Britain, CT 06052 (860) 826-3535 [email protected] Town of Cheshire South Central Connecticut Regional Water Authority Mr. Lawrence J. Marcik, Jr., P.E., Project Engineer 90 Sargent Drive New Haven, CT 06511-5966 (203) 401-6709 [email protected]

171-401 & 171-402 31

Page 32: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-16 4 of 4

SECTION 1.07

The following Department representative shall be contacted by the Engineer to coordinate an inspection of the service entrance into the controller/flasher cabinet for controllers within the State right-of-way, when ready for inspection, release, and connection of electrical service. The local Building Department shall be contacted for electrical service inspections for controllers located on Town roads located within the respective municipality. Mr. Michael LeBlanc

Property & Facilities Department of Transportation Newington, CT 06111 860-594-2238 [email protected]

Please provide the electrical service request number provided by the power company. This is a Work Request (WR) Number provided by Eversource (formerly Northeast Utilities [CL&P]). For State-owned traffic signals in Eversource territory, contact the Department’s Traffic Electrical Unit to obtain the WR Number.

171-401 & 171-402 32

Page 33: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-16 1 of 2

SECTION 1.08

SECTION 1.08 - PROSECUTION AND PROGRESS Article 1.08.03 - Prosecution of Work: Add the following: The Contractor shall stake the limits of the concrete sidewalks and ramps in conjunction with staking the locations of foundations to ensure that pedestrian push buttons will be located appropriately and will be accessible from a landing area. The project will be constructed in various phases as described herein. Phase 1 – Organization Phase up to (189) Calendar Days. The first phase is to afford the Contractor time for the administrative/engineering/procurement function required for the project. This would include such items as performing construction staking, digging test pits, submitting catalog cuts or shop drawings and purchasing materials. Actual construction is not permitted during the period. The Contractor is to use this time to fully prepare for the successive phases so that construction can proceed quickly and efficiently. During the phase, after the construction staking is complete and underground utilities are marked out the Contractor, the designer and the Engineer will walk the project to determine if there are test pits necessary or if there are any apparent conflicts with private property, utilities, or other roadside appurtenances such as obstructions, rocks, large trees, etc. Those conflicts will be resolved prior to ordering equipment for the specific area where the conflict exits. Calendar days for this phase will run through the winter shutdown (December 1, 2017 through March 31, 2018 of the following year). Phase 2 – Construction Phase up to (261) Calendar Days. When all apparent conflicts have been identified and resolved, and written commitments have been received from suppliers that all equipment and materials will be received within 30 days, the Contractor may request that the construction phase begin. Once commencement of construction begins, as and when approved by the Engineer, the Contractor will have the remaining contract calendar days to complete the work, including cleanup. That work, once started, must be completed within the time established for the original contract, and liquidated damages, as specified elsewhere in the Contract, will be assessed against the Contractor per calendar day from that day until the date on which the work is complete. If unforeseen situations arise, the Contractor may request an extension of time for an individual location and, if justified, the Engineer may grant an extension of time for that location. Granting an extension of time for one location will not entitle the Contractor to extensions of time for other locations in the project. Phase 2 will not start prior to the conclusion of Phase 1, without the written permission of the Engineer. If Phase 1 is completed during the winter period Phase 2 will begin on the following April 1. The Contractor may begin Phase 2 only with prior written permission from the Engineer

171-401 & 171-402 33

Page 34: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-16 2 of 2

SECTION 1.08

to do so, unless all the work allotted for this phase can be completed prior to the winter period. If the project will not be completed in the one construction season, the contractor shall complete all work started at or between intersections, including cleanup, prior to the winter shutdown. New Work Additional work, including work at a separate location, may be added to the contract in accordance with Article 1.04.05 of the Standard Specifications. This work may result in a contract extension, which would require an organization phase and a construction phase for the new location. If a contract extension is granted for the additional work, liquidated damages for this portion of the work will be negotiated with the Contractor. Such an extension of time would not affect the time allowed for the original work in the contract. Original work, once started must be completed within the original construction phase, and liquidated damages will be assessed for any days beyond that phase which the Contractor takes to complete the original work.

171-401 & 171-402 34

Page 35: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-16 1 of 1

SECTION 1.08

Article 1.08.04 - Limitation of Operations - Add the following: In order to provide for traffic operations as outlined in the Special Provision "Maintenance and Protection of Traffic," the Contractor will not be permitted to perform any work which will interfere with the described traffic operations on all project roadways as follows:

Ramps and Turning Roadways

Monday through Friday between 6:00 a.m. and 9:00 a.m. & between 3:00 p.m. and 6:00 p.m. Saturday and Sunday between 10:00 a.m. and 6:00 p.m.

All Other Project Roadways Monday through Friday between 6:00 a.m. and 9:00 a.m. & between 3:00 p.m. and 6:00 p.m. Saturday and Sunday between 10:00 a.m. and 6:00 p.m. Additional Lane Closure Restrictions It is anticipated that work on adjacent projects will be ongoing simultaneously with this project. The Contractor shall be aware of those projects and anticipate that coordination will be required to maintain proper traffic flow at all times on all project roadways, in a manner consistent with these specifications and acceptable to the Engineer. The Contractor will not be allowed to perform any work that will interfere with traffic operations on a roadway when traffic operations are being restricted on that same roadway, unless there is at least a one mile clear area length where the entire roadway is open to traffic or the closures have been coordinated and are acceptable to the Engineer. The one mile clear area length shall be measured from the end of the first work area to the beginning of the signing pattern for the next work area

171-401 & 171-402 35

Page 36: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 7-22-16

SECTION 1.10

SECTION 1.10 - ENVIRONMENTAL COMPLIANCE In Article 1.10.03--Water Pollution Control: REQUIRED BEST MANAGEMENT PRACTICES

Add the following after Required Best Management Practices Number 13: 14. The Contractor is hereby notified that the location of the Project occurs within a public

watershed, well head protection area, aquifer protection area (APA), or sole source aquifer (SSA). The Contractor is hereby notified that the location of Project 0171-0402 occurs within one of these sensitive areas. The protected areas encompass the area of contribution and recharge for the protected resource, as depicted on the graphical map. Please note that the Office of Environmental Planning will provide the graphical map to the District after the Project has been awarded as this information is considered proprietary. As a result of this location, special requirements must be followed for cleaning machinery, storage of materials, and servicing/fueling equipment.

a. All Contractors and their employees must be informed of the sensitive area that they are

working in. No pollutants may be discharged that could have adverse effects on the public drinking water supply. Any fuel or other hazardous chemical spills must be reported immediately to the DEEP Oil and Chemical Spills Unit at (860) 424-3338,the Department of Public Health’s Drinking Water Division at 860-509-7333, and New Britain Water Department at 860-826-3536, no exceptions.

When working within the Pootatuck SSA in Newtown or within the Pawcatuck SSA in

North Stonington which also encompasses areas in Sterling, Stonington and Voluntown, Mr. Jeff Butensky from the Environmental Protection Agency (EPA) must be contacted at (617) 918-1665. Mr. Robert Adler from the EPA must also be contacted at (617) 918-1396, if a Project is near the Rhode Island state border.

b. Contractors must adhere to specialized cleanup procedures while working within the

watershed, well head protection area, APA or SSA. No cleaning of any machinery shall be performed within one hundred (100) feet of any water body within the sensitive area.

i. Specifically for cleanup associated with pavers, material transfer vehicles (MTV)

and concrete mixers, the Contractor must move the equipment off line onto a tarp. The tarp must be in an acceptable condition so as to prevent liquids and solids from passing through to the ground beneath, when the area is used for paving operations. The cleanup area shall have oil absorbent pads placed on the tarp. The equipment shall be cleaned over the absorbent pads in a manner that will allow the pads to collect any liquids that are used for cleanup.

ii. Specifically for cleanup associated with dump trucks, a liquid tight five gallon pail shall be placed at each corner of the dump body below the lower hinges to capture any materials generated during the cleanup.

171-401 & 171-402 36

Page 37: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 7-22-16

SECTION 1.10

c. All materials generated during the cleanup procedures shall be removed off-site at the end of each day and disposed of in a manner consistent with all applicable laws and regulations. These materials shall not be buried outside of the roadway limits.

d. Servicing and fueling of equipment shall be conducted outside of a public watershed

area, APA, SSA, and/or well head protection area.

i. If equipment cannot be serviced and refueled outside of the watershed area, well head protection area, APA, or SSA then the Contractor shall utilize the proper spoils handling areas that are identified on the plans.

ii. Servicing and fueling of equipment is not permitted within a 500 foot radius of a non-community well and within a 1000 foot radius of a community well.

iii. Any fuel and/or hazardous materials that must be kept within these sensitive areas during working hours shall be stored in an enclosed spill proof container.

iv. Spill containment systems must be utilized during fueling operations, and shall be manufactured by Sentry Lite Berms, Collapse-a-tainer, or approved equal. It shall have a minimum capacity of 80-gallons and shall be made of plastic or vinyl which is inert to all fuel types.

v. Fuel spill remediation kits shall be stored on-site so that spills may be contained and cleaned quickly.

e. Construction staging and laydown areas are prohibited within a watershed area, APA,

SSA, and/or well head protection area. The Contractor shall submit to the Engineer the desired location of trailer(s), construction staging/laydown areas, containment systems, and sedimentation control systems for review and approval prior to the start of construction.

f. Millings may be re-used as asphalt material. Disposal of excess millings must be

performed off-site in a manner consistent with all applicable laws and regulations. At no time can millings be dumped or buried outside of the roadway limits.

171-401 & 171-402 37

Page 38: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

SECTION 4.06 - BITUMINOUS CONCRETE Section 4.06 is being deleted in its entirety and replaced with the following: 4.06.01—Description 4.06.02—Materials 4.06.03—Construction Methods 4.06.04—Method of Measurement 4.06.05—Basis of Payment 4.06.01—Description: Work under this section shall include the production, delivery, placement, and compaction of an uniform textured, non-segregated, smooth bituminous concrete pavement to the grade and cross section shown on the plans. The terms listed below as used in this specification are defined as: Bituminous Concrete: A composite material consisting of prescribed amounts of asphalt binder, and aggregates. Asphalt binder may also contain additives engineered to modify specific properties and/or behavior of the composite material. References to bituminous concrete apply to all of its forms, such as those identified as hot-mix asphalt (HMA),or polymer-modified asphalt (PMA). Bituminous Concrete Plant (Plant): A structure where aggregates and asphalt binder are combined in a controlled fashion into a bituminous concrete mixture suitable for forming pavements and other paved surfaces. Course: A continuous layer (a lift or multiple lifts) of the same bituminous concrete mixture placed as part of the pavement structure. Density Lot: The total tonnage of all bituminous concrete placed in a single lift and as defined in Article 4.06.03. Disintegration: Erosion or fragmentation of the pavement surface which can be described as polishing, weathering-oxidizing, scaling, spalling, raveling, or formation of potholes. Dispute Resolution: A procedure used to resolve conflicts between the Engineer and the Contractor’s test results that may affect payment. Hot Mix Asphalt (HMA): A bituminous concrete mixture typically produced at 325°F. Job Mix Formula (JMF): A recommended aggregate gradation and asphalt binder content to achieve the required mixture properties. Lift: An application of a bituminous concrete mixture placed and compacted to a specified thickness in a single paver pass.

171-401 & 171-402 38

Page 39: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

Percent Within Limits (PWL): The percentage of the lot falling between the Upper Specification Limit (USL) and the Lower Specification Limit (LSL). Polymer-Modified Asphalt (PMA): A bituminous concrete mixture containing a polymer modified asphalt binder and using a qualified warm mix technology. Production Lot: The total tonnage of a bituminous concrete mixture from a single source that may receive an adjustment. Production Sub Lot: Portion of the production lot typically represented by a single sample. Quality Assurance (QA): All those planned and systematic actions necessary to provide ConnDOT the confidence that a Contractor will perform the work as specified in the Contract. Quality Control (QC): The sum total of activities performed by the vendor (Producer, Manufacturer, and Contractor) to ensure that a product meets contract specification requirements. Superpave: A bituminous concrete mix design used in mixtures designated as “S*” Where “S” indicates Superpave and * indicates the sieve related to the nominal maximum aggregate size of the mix. Segregation: A non-uniform distribution of a bituminous concrete mixture in terms of gradation, temperature, or volumetric properties. Warm Mix Asphalt (WMA) Technology: A qualified additive or technology that may be used to produce a bituminous concrete at reduced temperatures and/or increase workability of the mixture. 4.06.02—Materials: All materials shall conform to the requirements of Section M.04.

1. Materials Supply: The bituminous concrete mixture must be from one source of supply and originate from one Plant unless authorized by the Engineer. 2. Recycled Materials: Reclaimed Asphalt Pavement (RAP), Crushed Recycled Container Glass (CRCG), Recycled Asphalt Shingles (RAS), or crumb rubber (CR) from recycled tires may be incorporated in bituminous concrete mixtures in accordance with Project Specifications. 4.06.03—Construction Methods: 1. Material Documentation: All vendors producing bituminous concrete must have Plants with automated vehicle-weighing scales, storage scales, and material feeds capable of producing a delivery ticket containing the information below.

171-401 & 171-402 39

Page 40: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

a. “State of Connecticut” printed on ticket. b. Name of producer, identification of Plant, and specific storage silo if used. c. Date and time. d. Mixture Designation; Mix type and level Curb mixtures for machine-placed curbing must

state "curb mix only". e. If WMA Technology is used, the additive name and dosage rate or water injection rate

must be listed. f. Net weight of mixture loaded into the vehicle (When RAP and/or RAS is used the

moisture content shall be excluded from mixture net weight). g. Gross weight (equal to the net weight plus the tare weight or the loaded scale weight). h. Tare weight of vehicle (Daily scale weight of the empty vehicle). i. Project number, purchase order number, name of Contractor (if Contractor other than

Producer). j. Vehicle number - unique means of identification vehicle. k. For Batch Plants, individual aggregate, recycled materials, and virgin asphalt

max/target/min weights when silos are not used. l. For every mixture designation the running daily total delivered and sequential load

number. The net weight of mixture loaded into the vehicle must be equal to the cumulative measured weights of its components. The Contractor must notify the Engineer immediately if, during production, there is a malfunction of the weight recording system in the automated Plant. Manually written tickets containing all required information will be allowed for no more than one hour. The State reserves the right to have an inspector present to monitor batching and /or weighing operations. 2. Transportation of Mixture: The mixture shall be transported in vehicles that are clean of all foreign material, excessive coating or cleaning agents, and, that have no gaps through which mixture might spill. Any material spilled during the loading or transportation process shall be quantified by re-weighing the vehicle. The Contractor shall load vehicles uniformly so that segregation is minimized. Loaded vehicles shall be tightly covered with waterproof covers acceptable to the Engineer. Mesh covers are prohibited. The cover must minimize air infiltration. Vehicles found not to be in conformance shall not be loaded. Vehicles with loads of bituminous concrete being delivered to State projects must not exceed the statutory or permitted load limits referred to as gross vehicle weight (GVW). The Contractor shall furnish a list and allowable weights of all vehicles transporting mixture. The State reserves the right to check the gross and tare weight of any vehicle. If the gross or tare weight varies from that shown on the delivery ticket by more than 0.4 percent, the Engineer will recalculate the net weight. The Contractor shall correct the discrepancy to the satisfaction of the Engineer.

171-401 & 171-402 40

Page 41: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

If a vehicle delivers mixture to the project and the delivery ticket indicates that the vehicle is overweight, the load may not be rejected but a “Measured Weight Adjustment” will be taken in accordance with Article 4.06.04. Vehicle body coating and cleaning agents must not have a deleterious effect on the mixture. The use of solvents or fuel oil, in any concentration, is prohibited for the coating of vehicle bodies. For each delivery, the Engineer shall be provided a clear, legible copy of the delivery ticket. 3. Paving Equipment: The Contractor shall have the necessary paving and compaction equipment at the project site to perform the work. All equipment shall be in good working order and any equipment that is worn, defective or inadequate for performance of the work shall be repaired or replaced by the Contractor to the satisfaction of the Engineer. During the paving operation, the use of solvents or fuel oil, in any concentration, is prohibited as a release agent or cleaner on any paving equipment (i.e., rollers, pavers, transfer devices, etc.). Refueling or cleaning of equipment is prohibited in any location on the project where fuel or solvents might come in contact with paved areas or areas to be paved. Solvents used in cleaning mechanical equipment or hand tools shall be stored off of areas paved or to be paved. Pavers: Each paver shall have a receiving hopper with sufficient capacity to provide for a uniform spreading operation and a distribution system that places the mix uniformly, without segregation. The paver shall be equipped with and use a vibratory screed system with heaters or burners. The screed system shall be capable of producing a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. Pavers with extendible screed units as part of the system shall have auger extensions and tunnel extenders as necessary. Automatic screed controls for grade and slope shall be used at all times unless otherwise authorized by the Engineer. The controls shall automatically adjust the screed to compensate for irregularities in the preceding course or existing base. The controls shall maintain the proper transverse slope and be readily adjustable, and shall operate from a fixed or moving reference such as a grade wire or floating beam. Rollers: All rollers shall be self-propelled and designed for compaction of bituminous concrete. Rollers types shall include steel-wheeled, pneumatic or a combination thereof. Rollers that operate in a dynamic mode shall have drums that use a vibratory or oscillatory system or combination of. Vibratory rollers shall be equipped with indicators for amplitude, frequency and speed settings/readouts to measure the impacts per foot during the compaction process. Oscillatory rollers shall be equipped with frequency indicators. Rollers can operate in the dynamic mode using the oscillatory system on concrete structures such as bridges and catch basins if at the lowest frequency setting.

Pneumatic tire rollers shall be equipped with wide-tread compaction tires capable of exerting an average contact pressure from 60 to 90 pounds per square inch uniformly over the surface, The Contractor shall furnish documentation to the Engineer regarding tire size; pressure and loading

171-401 & 171-402 41

Page 42: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

to confirm that the proper contact pressure is being developed and that the loading and contact pressure is uniform for all wheels. Lighting: For paving operations, which will be performed during hours of darkness, the paving equipment shall be equipped with lighting fixtures as described below, or with an approved equal. Lighting shall minimize glare to passing traffic. The lighting options and minimum number of fixtures are listed in Tables 4.06-1 and 4.06-2:

TABLE 4.06-1: Minimum Paver Lighting

Option Fixture Configuration Fixture

Quantity Requirement

1

Type A 3 Mount over screed area Type B (narrow) or Type C (spot) 2 Aim to auger and guideline

Type B (wide) or Type C (flood) 2 Aim 25 feet behind paving

machine 2 Type D Balloon 2 Mount over screed area

TABLE 4.06-2: Minimum Roller Lighting

Option Fixture

Configuration* Fixture

QuantityRequirement

1 Type B (wide) 2 Aim 50 feet in front of and behind roller

Type B (narrow) 2 Aim 100 feet in front of and behind roller

2 Type C (flood) 2 Aim 50 feet in front of and behind roller Type C (spot) 2 Aim 100 feet in front of and behind roller

3 Type D Balloon 1 Mount above the roller *All fixtures shall be mounted above the roller.

Type A: Fluorescent fixture shall be heavy-duty industrial type. Each fixture shall have a minimum output of 8,000 lumens. The fixtures shall be mounted horizontally, and be designed for continuous row installation. Type B: Each floodlight fixture shall have a minimum output of 18,000 lumens. Type C: Each fixture shall have a minimum output of 19,000 lumens. Type D: Balloon light: Each balloon light fixture shall have a minimum output of 50,000 lumens, and emit light equally in all directions.

Material Transfer Vehicle (MTV): A MTV shall be used when placing a bituminous concrete surface course as indicated in the contract documents.

The MTV must be a vehicle specifically designed for the purpose of delivering the bituminous

concrete mixture from the delivery vehicle to the paver. The MTV must continuously remix the bituminous concrete mixture throughout the placement process.

171-401 & 171-402 42

Page 43: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

The use of a MTV will be subject to the requirements stated in Article 1.07.05- Load Restrictions. The Engineer may limit the use of the vehicle if it is determined that the use of the MTV may damage highway components, utilities, or bridges. The Contractor shall submit to the Engineer at time of pre-construction the following information:

- The make and model of the MTV. - The individual axle weights and axle spacing for each piece of paving equipment (haul

vehicle, MTV and paver). - A working drawing showing the axle spacing in combination with all pieces of

equipment that will comprise the paving echelon.

4. Test Section: The Engineer may require the Contractor to place a test section whenever the requirements of this specification or Section M.04 are not met. The Contractor shall submit the quantity of mixture to be placed and the location of the test section for review and approval by the Engineer. The same equipment used in the construction of a passing test section shall be used throughout production. If a test section fails to meet specifications, the Contractor shall stop production, make necessary adjustments to the job mix formula, Plant operations, or procedures for placement and compaction. The Contractor shall construct test sections, as allowed by the Engineer, until all the required specifications are met. All test sections shall also be subject to removal as set forth in Article 1.06.04. 5. Transitions for Roadway Surface: Transitions shall be formed at any point on the roadway where the pavement surface deviates, vertically, from the uniform longitudinal profile as specified on the plans. Whether formed by milling or by bituminous concrete mixture, all transition lengths shall conform to the criteria below unless otherwise specified. Permanent Transitions: Defined as any gradual change in pavement elevation that remains as a permanent part of the work. A transition shall be constructed no closer than 75 feet from either side of a bridge expansion joint or parapet. All permanent transitions, leading and trailing, shall meet the following length requirements:

a) Posted speed limit is greater than 35 MPH: 30 feet per inch of elevation change.

b) Posted speed limit is 35 MPH or less: 15 feet per inch of elevation change.

In areas where it is impractical to use the above described permanent transition lengths the use of a shorter permanent transition length may be permitted when approved by the Engineer.

171-401 & 171-402 43

Page 44: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

Temporary Transitions: A temporary transition is defined as a transition that does not remain a permanent part of the work. All temporary transitions shall meet the following length requirements:

a) Posted speed limit is greater than 50 MPH (1) Leading Transitions = 15 feet per inch of vertical change (thickness)

(2) Trailing Transitions = 6 feet per inch of vertical change (thickness) b) Posted speed limit is 40, 45, or 50 MPH (1) Leading and Trailing = 4 feet per inch of vertical change (thickness)

c) Posted speed limit is 35 MPH or less (1) Leading and Trailing = 3 feet per inch of vertical change (thickness)

Note: Any temporary transition to be in-place over the winter shutdown period or during extended periods of inactivity (more than 14 calendar days) shall conform to the greater than 50 MPH requirements shown above. 6. Spreading and Finishing of Mixture: Prior to the placement of the mixture, the underlying base course shall be brought to the plan grade and cross section within the allowable tolerance. Immediately before placing a bituminous concrete lift, a uniform coating of tack coat shall be applied to all existing underlying pavement surfaces and on the exposed surface of a wedge joint. Such surfaces shall be clean and dry. Sweeping or other means acceptable to the Engineer shall be used. The mixture shall not be placed whenever the surface is wet or frozen. The Engineer may verify the mixture temperature by means of a probe or infrared type of thermometer. The Engineer may reject the load based on readings from a probe type thermometer and the specify temperature in the quality control plan (QCP) for placement. Tack Coat Application: The tack coat shall be applied by a pressurized spray system that results in uniform overlapping coverage at an application rate of 0.03 to 0.05 gallons per square yard for a non-milled surface and an application rate of 0.05 to 0.07 gallons per square yard for a milled surface. For areas where both milled and un-milled surfaces occur, the tack coat shall be an application rate of 0.03 to 0.05 gallons per square yard. The Engineer must approve the equipment and the method of measurement prior to use. The material for tack coat shall not be heated in excess of 160°F and shall not be further diluted. Tack coat shall be allowed sufficient time to break prior to any paving equipment or haul vehicles driving on it. The Contractor may request to omit the tack coat application between bituminous concrete layers that have not been exposed to traffic and are placed during the same work shift. Requests to omit tack coat application on the exposed surface of a wedge joint will not be considered.

171-401 & 171-402 44

Page 45: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

Placement: The mixture shall be placed and compacted to provide a smooth, dense surface with a uniform texture and no segregation at the specified thickness and dimensions indicated in the plans and specifications. When unforeseen weather conditions prevent further placement of the mixture, the Engineer is not obligated to accept or place the bituminous concrete mixture that is in transit from the Plant. In advance of paving, traffic control requirements shall be set up, maintained throughout placement, and shall not be removed until all associated work including density testing is completed. The Contractor shall inspect the newly placed pavement for defects in the mixture or placement before rolling is started. Any deviation from standard crown or section shall be immediately remedied by placing additional mixture or removing surplus mixture. Such defects shall be corrected to the satisfaction of the Engineer. Where it is impractical due to physical limitations to operate the paving equipment, the Engineer may permit the use of other methods or equipment. Where hand spreading is permitted, the mixture shall be placed by means of suitable shovels and other tools, and in a uniformly loose layer at a thickness that will result in a completed pavement meeting the designed grade and elevation. Placement Tolerances: Each lift of bituminous concrete placed at a specified thickness shall meet the following requirements for thickness and area. Any pavement exceeding these limits shall be subject to an adjustment or removal. Lift tolerances will not relieve the Contractor from meeting the final designed grade. Lifts of specified non-uniform thickness, i.e. wedge or shim course, shall not be subject to thickness and area adjustments.

a) Thickness- Where the average thickness of the lift exceeds that shown on the plans beyond the tolerances shown in Table 4.06-3, the Engineer will calculate the thickness adjustment in accordance with Article 4.06.04.

TABLE 4.06-3: Thickness Tolerances Mixture Designation Lift Tolerance

S1 +/- ⅜ inch S0.25, S0.375, S0.5 +/- ¼ inch

Where the thickness of the lift of mixture is less than that shown on the plans beyond the tolerances shown in Table 4.06-3, the Contractor, with the approval of the Engineer, shall take corrective action in accordance with this specification.

b) Area- Where the width of the lift exceeds that shown on the plans by more than the

specified thickness, the Engineer will calculate the area adjustment in accordance with Article 4.06.04.

171-401 & 171-402 45

Page 46: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

c) Delivered Weight of Mixture - When the delivery ticket shows that the vehicle exceeds the allowable gross weight for the vehicle type, the Engineer will calculate the weight adjustment in accordance with Article 4.06.04.

Transverse Joints: All transverse joints shall be formed by saw-cutting to expose the full thickness of the lift. Tack coat shall be applied to the sawn face immediately prior to additional mixture being placed. Compaction: The Contractor shall compact the mixture to meet the density requirements as stated in Article 4.06.03 and eliminate all roller marks without displacement, shoving, cracking, or aggregate breakage. When placing a lift with a specified thickness less than one and one-half (1 ½) inches, or a wedge course, the Contractor shall provide a minimum rolling pattern as determined by the development of a compaction curve. The procedure to be used shall be documented in the Contractor’s QCP for placement and demonstrated on the first day of placement. The use of the vibratory system on concrete structures is prohibited. When approved by the Engineer, the Contractor may operate a roller using an oscillatory system at the lowest frequency setting. If the Engineer determines that the use of compaction equipment in the dynamic mode may damage highway components, utilities, or adjacent property, the Contractor shall provide alternate compaction equipment. The Engineer may allow the Contractor to operate rollers in the dynamic mode using the oscillatory system at the lowest frequency setting. Rollers operating in the dynamic mode shall be shut off when changing directions. These allowances will not relieve the Contractor from meeting pavement compaction requirements.

Surface Requirements: Each lift of the surface course shall not vary more than ¼ inch from a Contractor-supplied 10 foot straightedge. For all other lifts, the tolerance shall be ⅜ inch. Such tolerance will apply to all paved areas. Any surface that exhibits these characteristics or exceeds these tolerances shall be corrected by the Contractor at its own expense. 7. Longitudinal Joint Construction Methods: The Contractor shall use Method I- Notched Wedge Joint (see Figure 4.06-1) when constructing longitudinal joints where lift thicknesses are between 1½ and 3 inches. S1.0 mixtures shall be excluded from using Method I. Method II Butt Joint (see Figure 4.06-2) shall be used for lifts less than 1½ inches or greater than or equal to 3 inches. During placement of multiple lifts, the longitudinal joint shall be constructed in such a

171-401 & 171-402 46

Page 47: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

manner that it is located at least 6 inches from the joint in the lift immediately below. The joint in the final lift shall be at the centerline or at lane lines. Each longitudinal joint shall maintain a consistent offset from the centerline of the roadway along its entire length. The difference in elevation between the two faces of any completed longitudinal joint shall not exceed ¼ inch in any location. Method I - Notched Wedge Joint:

FIGURE 4.06-1: Notched Wedge Joint

A notched wedge joint shall be constructed as shown in Figure 4.06-1 using a device that is attached to the paver screed and is capable of independently adjusting the top and bottom vertical notches. The device shall have an integrated vibratory system. The taper portion of the wedge joint must be placed over the longitudinal joint in the lift immediately below. The top vertical notch must be located at the centerline or lane line in the final lift. The requirement for paving full width “curb to curb” as described in Method II may be waived if addressed in the QC plan and approved by the Engineer. The taper portion of the wedge joint shall be evenly compacted using equipment other than the paver or notch wedge joint device. The taper portion of the wedge joint shall not be exposed to traffic for more than 5 calendar days. Any exposed wedge joint must be located to allow for the free draining of water from the road surface. The Engineer reserves the right to define the paving limits when using a wedge joint that will be exposed to traffic.

Hot side Cold Side

8” – 12” Taper

Top Vertical Notch

½” – ¾”Tack coat

Bottom Vertical Notch

¼” - ½”

Lift Thickness 1 ½” – 3.0”

Varies

171-401 & 171-402 47

Page 48: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

If Method I, Notched Wedge Joint cannot be used on lifts between 1.5 and 3 inches, Method III Butt Joint may be substituted according to the requirements below for “Method III – Butt Joint with Hot Pour Rubberized Asphalt Treatment.” Method II - Butt Joint:

FIGURE 4.06-2: Butt Joint

When adjoining passes are placed, the Contractor shall utilize equipment that creates a near vertical edge (refer to Figure 4.06-2). The completing pass (hot side) shall have sufficient mixture so that the compacted thickness is not less than the previous pass (cold side). The end gate on the paver should be set so there is an overlap onto the cold side of the joint. The Contractor shall not allow any butt joint to be incomplete at the end of a work shift unless otherwise allowed by the Engineer. When using this method, the Contractor is not allowed to leave a vertical edge exposed at the end of a work shift and must complete paving of the roadway full width “curb to curb.” Method III- Butt Joint with Hot Poured Rubberized Asphalt Treatment: If Method I Wedge Joint cannot be used due to physical constraints in certain limited locations; the contractor may submit a request in writing for approval by the Engineer, to utilize Method III Butt Joint as a substitution in those locations. There shall be no additional measurement or payment made when the Method III Butt Joint is substituted for the Method I Notched Wedge Joint. When required by the contract or approved by the Engineer, Method III (see Figure 4.06-3) shall be used.

FIGURE 4.06-3: Butt Joint with Hot Poured Rubberized Asphalt Treatment

Hot side Cold Side

Joint

Hot side Cold Side

Hot poured rubberized asphalt treatment

Lift Thickness Less than 1 ½” Greater than or equal to 3”

171-401 & 171-402 48

Page 49: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

All of the requirements of Method II must be met with Method III. In addition, the longitudinal vertical edge must be treated with a rubberized joint seal material meeting the requirements of ASTM D 6690, Type 2. The joint sealant shall be placed on the face of the “cold side” of the butt joint as shown above prior to placing the “hot side” of the butt joint. The joint seal material shall be applied in accordance with the manufacturer’s recommendation so as to provide a uniform coverage and avoid excess bleeding onto the newly placed pavement. 8. Contractor Quality Control (QC) Requirements: The Contractor shall be responsible for maintaining adequate quality control procedures throughout the production and placement operations. Therefore, the Contractor must ensure that the materials, mixture and work provided by Subcontractors, Suppliers and Producers also meet contract specification requirements. This effort must be documented in Quality Control Plans and address the actions, inspection, or sampling and testing necessary to keep the production and placement operations in control, to determine when an operation has gone out of control and to respond to correct the situation in a timely fashion. The Standard QCP for production shall consist of the quality control program specific to the production facility. There are three components to the QCP for placement: a Standard QCP, a Project Summary Sheet that details project specific information, and if applicable a separate Extended Season Paving Plan as required in Section 9 “Temperature and Seasonal Requirements”. The Standard QCP for both production and placement shall be submitted to the Department for approval each calendar year and.at a minimum of 30 days prior to production or placement. Production or placement shall not occur until all QCP components have been approved by the Engineer. Each QCP shall include the name and qualifications of a Quality Control Manager (QCM). The QCM shall be responsible for the administration of the QCP, and any modifications that may become necessary. The QCM shall have the ability to direct all Contractor personnel on the project during paving operations. All Contractor sampling, inspection and test reports shall be reviewed and signed by the QCM prior to submittal to the Engineer. The QCPs shall also include the name and qualifications of any outside testing laboratory performing any QC functions on behalf of the Contractor. Approval of the QCP does not relieve the Contractor of its responsibility to comply with the project specifications. The Contractor may modify the QCPs as work progresses and must document the changes in writing prior to resuming operations. These changes include but are not limited to changes in quality control procedures or personnel. The Department reserves the right to deny significant changes to the QCPs.

171-401 & 171-402 49

Page 50: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

QCP for Production: Refer to Section M.04.03-1. QCP for Placement: The Standard QCP, Project Summary Sheet, and Extended Season Paving Plan shall conform to the format provided by the Engineer. The format is available at http://www.ct.gov/dot/lib/dot/documents/dconstruction/pat/qcp_outline_hma_placement.pdf. The Contractor shall perform all quality control sampling and testing, provide inspection, and exercise management control to ensure that placement conforms to the requirements as outlined in its QCP during all phases of the work. The Contractor shall document these activities for each day of placement.

The Contractor shall submit complete field density testing and inspection records to the Engineer within 48 hours in a manner acceptable to the Engineer.

The Contractor may obtain one (1) mat core and one (1) joint core per day for process control, provided this process is detailed in the QCP. The results of these process control cores shall not be used to dispute the Department determinations from the acceptance cores. The Contractor shall submit the location of each process control core to the Engineer for approval prior to taking the core. The core holes shall be filled to the same requirements described in sub-article 4.06.03-10. 9. Temperature and Seasonal Requirements: Paving, including placement of temporary pavements, shall be divided into two seasons, “In-Season” and “Extended-Season”. In-Season paving occurs from May 1 – October 14, and Extended Season paving occurs from October 15- April 30. The following requirements shall apply unless otherwise authorized or directed by the Engineer:

Mixtures shall not be placed when the air or sub base temperature is less than 40°F regardless of the season.

Should paving operations be scheduled during the Extended Season, the Contractor must submit an Extended Season Paving Plan for the project that addresses minimum delivered mix temperature considering WMA, PMA or other additives, maximum paver speed, enhanced rolling patterns and the method to balance mixture delivery and placement operations. Paving during Extended Season shall not commence until the Engineer has approved the plan.

10. Obtaining Bituminous Concrete Cores: This Section describes the methodology and sampling frequency the Contractor shall use to obtain pavement cores. Coring shall be performed on each lift specified to a thickness of one and one-half (1 ½) inches or more within 5 days of placement. The Contractor shall extract cores (4 or 6 inch diameter for S0.25, S0.375 and S0.5 mixtures 6 inch diameter for S1.0 mixtures) from locations determined

171-401 & 171-402 50

Page 51: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

by the Engineer. The Engineer must witness the extraction, labeling of cores and filling of the core holes. A density lot will be complete when the full designed paving width and length of the lot has been placed and shall include all longitudinal joints between the curb lines. HMA S1 mixes are excluded from the longitudinal joint density requirements. A standard density lot is the quantity of material placed within the defined area exclusive of any structures. A combo density lot is the quantity of material placed within the defined area inclusive of structures less than or equal to 500 feet long. A bridge density lot is the quantity of material placed on a structure larger than 500 feet in length. Prior to paving, the type and number of lot (s) shall be determined by the Engineer. The number of cores per lot shall be determined in accordance to Tables 4.06-4, 4.06-5A and 4.06-5B. Noncontiguous areas such as highway ramps may be combined to create one lot. Combined areas should be set up to target a 2000 ton lot size. The longitudinal locations of mat cores within a lot containing multiple paving passes will be determined using the total distance covered by the paver. The locations of the joint cores will be determined using the total length of longitudinal joints within the lot. Sampling is in accordance with the following tables:

TABLE 4.06-4: Bridge Density Lot(s) Length of Each Structure (Feet)

No. of Mat Cores No. of Joint Cores

< 500’ See Table 4.06-5(A or B) See Table 4.06-5(A or B) 501’ – 1500’ 3 3 1501’ – 2500’ 4 4

2501’ and greater 5 5 All material placed on structures less than or equal to 500 feet in length shall be included as part of a standard lot as follows:

TABLE 4.06-5A: Standard and Combo Density Lot(s) > 500 Tons

Lot Type No. of Mat Cores No. of Joint Cores Target Lot Size (Tons)

Standard Lot / Without Bridge (s) 4 4 2000

Combo Lot / Lot With Bridge(s)(1)

4 plus

1 per structure (< 300’)

4 plus

1 per structure (< 300’)

2000 2 per structure (301’ – 500’)

2 per structure (301’ – 500’)

171-401 & 171-402 51

Page 52: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

TABLE 4.06-5B: Standard and Combo Density Lot < 500 Tons

Lot Type No. of Mat Cores No. of Joint Cores

Standard Lot / Without Bridge (s) 3 3

Combo Lot / Lot With Bridge(s)(1)

2 plus 1 per

structure 2 plus

1 per structure

Note: (1) If a combo lot mat or joint core location randomly falls on a structure, the core is to be obtained on the structure in addition to the core(s) required on the structure. After the lift has been compacted and cooled, the Contractor shall cut cores to a depth equal to or greater than the lift thickness and remove them without damaging the lift(s) to be tested. Any core that is damaged or obviously defective while being obtained will be replaced with a new core from a location within 2 feet measured in a longitudinal direction. A mat core shall not be located any closer than one foot from the edge of a paver pass. If a random number locates a core less than one foot from any edge, the location will be adjusted by the Engineer so that the outer edge of the core is one foot from the edge of the paver pass. Method I, Notched Wedge Joint cores shall be taken so that the center of the core is 5 inches from the visible joint on the hot mat side (Figure 4.06-5).

FIGURE 4.06-5: Notched Wedge Joint Cores

When Method II or Method III Butt Joint is utilized, cores shall be taken from the hot side so the edge of the core is within 1 inch of the longitudinal joint. The cores shall be labeled by the Contractor with the project number, date placed, lot number and sub-lot number. The core’s label shall, include “M” for a mat core and “J” for a joint core. A mat core from the second lot and first sub-lot shall be labeled “M2 – 1” (Figure 4.06-4). The Engineer shall fill out a MAT-109 to accompany the cores. The Contractor shall deliver the

Hot side Cold Side

8” – 12” Taper

Top Vertical Notch

½” – 1”Tack coat

Bottom Vertical Notch

0 - ½”

Lift Thickness 1.5” – 3.0”

Varies

5” from Visible Joint

171-401 & 171-402 52

Page 53: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

cores and MAT-109 to the Department’s Central Lab. The Contractor shall use a container approved by the Engineer. The container shall have a lid capable of being locked shut and tamper proof. The Contractor shall use foam, bubble wrap, or another suitable material to prevent the cores from being damaged during handling and transportation. Once the cores and MAT-109 are in the container the Engineer will secure the lid using a security seal. The security seal’s identification number must be documented on the MAT-109. Central Lab personnel will break the security seal and take possession of the cores.

FIGURE 4.06-4: Labeling of Cores

Each core hole shall be filled within four hours upon core extraction. Prior to being filled, the hole shall be prepared by removing any free water and applying tack coat using a brush or other means to uniformly cover the cut surface. The core hole shall be filled using a bituminous concrete mixture at a minimum temperature of 240ºF containing the same or smaller nominal maximum aggregate size and compacted with a hand compactor or other mechanical means to the maximum compaction possible. The bituminous concrete shall be compacted to ⅛ inch above the finished pavement. 11. Acceptance Sampling and Testing: Sampling and testing shall be performed at a frequency not less than the minimum frequency specified in Section M.04 and sub-article 4.06.03-10. Sampling shall be performed in accordance with ASTM D 3665, or a statistically based procedure of stratified random sampling approved by the Engineer. Plant Material Acceptance: The Contractor shall provide the required sampling and testing during all phases of the work in accordance with Section M.04. The Department will verify the Contractor’s acceptance test results. Should any test results exceed the specified tolerances in the Department’s current QA Program for Materials, the Contractor test results for a subject lot or sub lot may be replaced with the Department’s results for the purpose of calculating adjustments. The verification procedure is included in the Department’s current QA Program for Materials. Density Acceptance: The Engineer will perform all acceptance testing in accordance with AASHTO T 331. The density of each core will be determined using the daily production’s

Project #

(M or J) Lot - Sublot

85-219

M2 - 1 Date Placed 07/26/16

171-401 & 171-402 53

Page 54: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

average maximum theoretical specific gravity (Gmm) established during the testing of the parent material at the Plant. When there was no testing of the parent material or any Gmm exceeds the specified tolerances in the Department’s current QA Program for Materials, the Engineer will determine the maximum theoretical density value to be used for density calculations. 12. Density Dispute Resolution Process: The Contractor and Engineer will work in partnership to avoid potential conflicts and to resolve any differences that may arise during quality control or acceptance testing for density. Both parties will review their sampling and testing procedures and results and share their findings. If the Contractor disputes the Engineer’s test results, the Contractor must submit in writing a request to initiate the Dispute Resolution Process within 7 calendar days of the notification of the test results. No request for dispute resolution will be allowed unless the Contractor provides quality control results within the timeframe described in sub-article 4.06.03-9 supporting its position. No request for Dispute Resolution will be allowed for a Density Lot in which any core was not taken within the required 5 calendar days of placement. Should the dispute not be resolved through evaluation of existing testing data or procedures, the Engineer may authorize the Contractor to obtain a new set of core samples per disputed lot. The core samples must be extracted no later than 14 calendar days from the date of Engineer’s authorization. The number and location (mat, joint, or structure) of the cores taken for dispute resolution must reflect the number and location of the original cores. The location of each core shall be randomly located within the respective original sub lot. All such cores shall be extracted and the core hole filled using the procedure outlined in Article 4.06.03. The dispute resolution results shall be added to the original results and averaged for determining the final in-place density value. 13. Corrective Work Procedure: If pavement placed by the Contractor does not meet the specifications, and the Engineer requires its replacement or correction, the Contractor shall:

a) Propose a corrective procedure to the Engineer for review and approval prior to any

corrective work commencing. The proposal shall include: - Limits of pavement to be replaced or corrected, indicating stationing or other

landmarks that are readily distinguishable. - Proposed work schedule. - Construction method and sequence of operations. - Methods of maintenance and protection of traffic. - Material sources. - Names and telephone numbers of supervising personnel.

b) Any corrective courses placed as the final wearing surface shall match the specified lift

thickness after compaction.

171-401 & 171-402 54

Page 55: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

14. Protection of the Work: The Contractor shall protect all sections of the newly finished pavement from damage that may occur as a result of the Contractor’s operations for the duration of the Project.

15. Cut Bituminous Concrete Pavement: Work under this item shall consist of making a straight-line cut in the pavement to the lines delineated on the plans or as directed by the Engineer. The cut shall provide a straight, clean, vertical face with no cracking, tearing or breakage along the cut edge. 4.06.04—Method of Measurement: 1. HMA S* or PMA S*: The quantity of bituminous concrete measured for payment will be determined by the documented net weight in tons accepted by the Engineer in accordance with this specification and Section M.04. 2. Adjustments: Adjustments may be applied to bituminous concrete quantities and will be measured for payment using the following formulas:

Yield Factor for Adjustment Calculation = 0.0575 Tons/SY/inch

Actual Area = [(Measured Length (ft)) x (Avg. of width measurements (ft))]

Actual Thickness (t) = Total tons delivered / [Actual Area (SY) x 0.0575 Tons/SY/inch]

a) Area: If the average width exceeds the allowable tolerance, an adjustment will be made using the following formula. The tolerance for width is equal to the specified thickness (in.) of the lift being placed.

Tons Adjusted for Area (TA) = [(L x Wadj)/9] x (t) x 0.0575 Tons/SY/inch = (-) Tons

Where: L = Length (ft) (t) = Actual thickness (inches)

Wadj = (Designed width (ft) + tolerance /12) - Measured Width)

b) Thickness: If the actual average thickness is less than the allowable tolerance, the Contractor shall submit a repair procedure to the Engineer for approval. If the actual thickness exceeds the allowable tolerance, an adjustment will be made using the following formula:

Tons Adjusted for Thickness (TT) = A x tadj x 0.0575 = (-) Tons

Where: A = Area = {[L x (Designed width + tolerance (lift thickness)/12)] / 9} tadj = Adjusted thickness = [(Dt + tolerance) - Actual thickness] Dt = Designed thickness (inches)

171-401 & 171-402 55

Page 56: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

c) Weight: If the quantity of bituminous concrete representing the mixture delivered to the project is in excess of the allowable gross vehicle weight (GVW) for each vehicle, an adjustment will be made using the following formula:

Tons Adjusted for Weight (TW) = GVW – DGW= (-) Tons

Where: DGW = Delivered gross weight as shown on the delivery ticket or

measured on a certified scale.

d) Mixture Adjustment: The quantity of bituminous concrete representing the production lot at the Plant will be adjusted as follow: i. Non-PWL Production Lot (less than 3500 tons):

The adjustment values in Table 4.06-6 and 4.06-7 shall be calculated for each sub lot based on the Air Void (AV) and Asphalt Binder Content (PB) test results for that sub lot. The total adjustment for each day’s production (lot) will be computed using tables and the following formulas:

Tons Adjusted for Superpave Design (TSD) = [(AdjAVt + AdjPBt) / 100] X Tons

Percent Adjustment for Air Voids = AdjAVt = [AdjAV1 + AdjAV2 + AdjAVi + … + AdjAVn)] /n

Where: AdjAVt = Total percent air void adjustment value for the lot

AdjAVi = Adjustment value from Table 4.06-7 resulting from each sub lot or the average of the adjustment values resulting from multiple tests within a sub lot, as approved by the Engineer.

n = number of sub lots based on Table M.04.03-2

TABLE 4.06-6: Adjustment Values for Air Voids Percent Adjustment for Asphalt Binder = AdjPBt = [(AdjPB1 + AdjPB2 + AdjPBi + … + AdjPBn)] / n

Where: AdjPBt= Total percent asphalt binder adjustment value for the lot AdjPBi = Adjustment value from Table 4.06-7 resulting from each sub lot

n = number of binder tests in a production lot

Adjustment Value (AdjAVi) (%)

S0.25, S0.375, S0.5, S1 Air Voids (AV)

+2.5 3.8 - 4.2 +3.125*(AV-3) 3.0 - 3.7 -3.125*(AV-5) 4.3 – 5.0

20*(AV-3) 2.3 – 2.9 -20*(AV-5) 5.1 – 5.7

-20.0 < 2.2 or > 5.8

171-401 & 171-402 56

Page 57: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

TABLE 4.06-7: Adjustment Values for Binder Content

Adjustment Value (AdjAVi) (%)

S0.25, S0.375, S0.5, S1 Pb

0.0 JMF Pb ± 0.3 - 10.0 ≤ JMF Pb - 0.4 or ≥ JMF Pb + 0.4

ii. PWL Production Lot (3500 tons or more): For each lot, the adjustment values shall be calculated based on PWL for AV, VMA and PB test results. The lot will be considered as being normally distributed and all applicable equations in AASHTO R9 and AASHTO R42 Appendix X4 will apply. Only one test result will be considered for each sub lot. The specification limits are listed in Section M.04.

For AV, PB and voids in mineral aggregate (VMA), the individual material quality characteristic adjustment (Adj) will be calculated as follow: For PWL between 50 and 90%: Adj(AVt or PBt or VMAt)= (55 + 0.5 PWL) - 100 For PWL at and above 90%: Adj(AVt or PBt or VMAt)= (77.5 + 0.25 PWL) - 100 Where: AdjAVt = Total percent AV adjustment value for the lot

AdjPBt= Total percent PB adjustment value for the lot AdjVMAt= Total percent VMA adjustment value for the lot Lots with PWL less than 50% in any of the three individual material quality characteristics will be evaluated under 1.06.04. The total adjustment for each production lot will be computed using the following formula: Tons Adjusted for Superpave Design (TSD) = [(0.5AdjAVt + 0.25AdjPBt + 0.25 AdjVMAt) / 100] X Tons

iii. Partial Lots:

Lots with less than 4 sublots will be combined with the prior lot. If there is no prior lot with equivalent material or if the last test result of the prior lot is over 30 calendar days old, the adjustment will be calculated as indicated in 4.06.04-2.d.i. Lots with 4 or more sublots will be calculated as indicated in 4.06.04-2.d.ii.

171-401 & 171-402 57

Page 58: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

e) Density Adjustment: The quantity of bituminous concrete measured for payment in a lift of pavement specified to be 1½ inches or greater may be adjusted for density. Separate density adjustments will be made for each lot and will not be combined to establish one density adjustment. The final lot quantity shall be the difference between the total payable tons for the project and the sum of the previous lots. If either the Mat or Joint adjustment value is “remove and replace”, the density lot shall be removed and replaced (curb to curb).

No positive adjustment will be applied to a Density Lot in which any core was not taken within the required 5 calendar days of placement. Tons Adjusted for Density (TD) = [{(PAM x .50) + (PAJ x .50)} / 100] X Density Lot Tons Where: TD = Total tons adjusted for density for each lot

PAM = Mat density percent adjustment from Table 4.06-9 PAJ = Joint density percent adjustment from Table 4.06-10

TABLE 4.06-9: Adjustment Values for Pavement Mat density Average Core Result

Percent Adjustment (Bridge and Non-Bridge) (1)(2) Percent Mat Density

97.1 - 100 -1.667*(ACRPD-98.5)

94.5 – 97.0 +2.5

93.5 – 94.4 +2.5*(ACRPD-93.5)

92.0 – 93.4 0 90.0 – 91.9 -5*(92-ACRPD)

88.0 – 89.9 -10*(91-ACRPD)

87.0 – 87.9 -30

86.9 or less Remove and Replace (curb to curb)

171-401 & 171-402 58

Page 59: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

TABLE 4.06-10: Adjustment Values for Pavement Joint Density Average Core Result

Percent Adjustment (Bridge and Non-Bridge) (1)(2) Percent Joint Density

97.1 – 100 -1.667*(ACRPD-98.5)

93.5 – 97.0 +2.5 92.0 – 93.4 +1.667*(ACRPD-92)

91.0 – 91.9 0 89.0 – 90.9 -7.5*(91-ACRPD)

88.0 – 88.9 -15*(90-ACRPD)

87.0 – 87.9 -30

86.9 or less Remove and Replace (curb to curb) (1) ACRPD = Average Core Result Percent Density (2) All Percent Adjustments to be rounded to the second decimal place. For example, 1.667 is to be rounded to 1.67. 3. Transitions for Roadway Surface: The installation of permanent transitions shall be measured under the appropriate item used in the formation of the transition. The quantity of material used for the installation of temporary transitions shall be measured for payment under the appropriate item used in the formation of the transition. The installation and removal of a bond breaker, and the removal and disposal of any temporary transition formed by milling or with bituminous concrete pavement is not measured for payment. 4. Cut Bituminous Concrete Pavement: The quantity of bituminous concrete pavement cut will be measured in accordance with Article 2.02.04. 5. Material for Tack Coat: The quantity of tack coat will be measured for payment by the number of gallons furnished and applied on the Project and approved by the Engineer. No tack coat material shall be included that is placed in excess of the tolerance described in Article 4.06.03.

a. Container Method- Material furnished in a container will be measured to the nearest ½ gallon. The volume will be determined by either measuring the volume in the original container by a method approved by the Engineer or using a separate graduated container capable of measuring the volume to the nearest ½ gallon. The container in which the material is furnished must include the description of material, including lot number or batch number and manufacturer or product source.

171-401 & 171-402 59

Page 60: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

b. Vehicle Method- i. Measured by Weight: The number of gallons furnished will be determined by weighing the material on calibrated scales furnished by the Contractor. To convert weight to gallons, one of the following formulas will be used:

Tack Coat (gallons at 60°F) =

°

Tack Coat (gallons at 60°F) = .

°

ii. Measured by automated metering system on the delivery vehicle:

Tack Coat (gallons at 60°F) = Factor (from Table 4.06-11) multiplied by the

measured gallons.

TABLE 4.06-11: Factor to Convert Volume of Tack Coat to 60°F Tack Coat Application

Temperature (°F) Factor

Tack Coat Application Temperature (°F)

Factor

75 0.996 120 0.985 80 0.995 125 0.984 85 0.994 130 0.983 90 0.993 135 0.982 95 0.991 140 0.980 100 0.990 145 0.979 105 0.989 150 0.978 110 0.988 155 0.977 115 0.986 160 0.976

6. Material Transfer Vehicle (MTV): The furnishing and use of a MTV will be measured separately for payment based on the actual number of surface course tons delivered to a paver using the MTV. 4.06.05—Basis of Payment: 1. HMA S* or PMA S*: The furnishing and placing of bituminous concrete will be paid for at the Contract unit price per ton for “HMA S*” or “PMA S*”. - All costs associated with providing illumination of the work area are included in the general cost of the work. - All costs associated with cleaning the surface to be paved, including mechanical sweeping, are included in the general cost of the work. All costs associated with constructing longitudinal joints are included in the general cost of the work.

171-401 & 171-402 60

Page 61: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION 4.06

- All costs associated with obtaining cores for acceptance testing and dispute resolution are included in the general cost of the work. 2. Bituminous Concrete Adjustment Costs: The adjustment will be calculated using the formulas shown below if all of the measured adjustments in Article 4.06.04 are not equal to zero. A positive or negative adjustment will be applied to monies due the Contractor. Production Lot: [TT + TA + TW + TSD] x Unit Price = Est. (P) Density Lot: TD x Unit Price = Est. (D) Where: Unit Price = Contract unit price per ton per type of mixture T* = Total tons of each adjustment calculated in Article 4.06.04

Est. ( ) = Pay Unit represented in dollars representing incentive or disincentive.

The Bituminous Concrete Adjustment Cost item if included in the bid proposal or estimate is not to be altered by the Contractor.

3. Transitions for Roadway Surface: The installation of permanent transitions shall be paid under the appropriate item used in the formation of the transition. The quantity of material used for the installation of temporary transitions shall be paid under the appropriate pay item used in the formation of the transition. The installation and removal of a bond breaker, and the removal and disposal of any temporary transition formed by milling or with bituminous concrete pavement is included in the general cost of the work. 4. The cutting of bituminous concrete pavement will be paid in accordance with Article 2.02.05. 5. Material for tack coat will be paid for at the Contract unit price per gallon at 60°F for "Material for Tack Coat". 6. The Material Transfer Vehicle (MTV) will be paid at the Contract unit price per ton for a "Material Transfer Vehicle”. Pay Item* Pay Unit* HMA S* ton PMA S* ton Bituminous Concrete Adjustment Cost est. Material for Tack Coat gal. Material Transfer Vehicle ton *For contracts administered by the State of Connecticut, Department of Administrative Services, the pay items and pay units are as shown in contract award price schedule.

171-401 & 171-402 61

Page 62: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

REV 3/8/18

SECTION 6.03

SECTION 6.03 - STRUCTURAL STEEL Section 6.03 is amended as follows: 6.03.03—Construction Methods: Revise Subarticle 4(f) “High Strength Bolted Connections” as follows:

Replace the first paragraph and Table A: "Minimum Bolt Tension in kips" with the following: " The assembly of structural connections using high-strength bolts shall be installed so as to develop the minimum required bolt tension specified in Table A. The Manufacturer’s certified test report; including the rotational capacity test results must accompany the fastener assemblies. Fastener Assemblies delivered without the certified reports will be rejected.

Table A: Minimum Bolt Tension in kips* Bolt Diameter

(Inches) ASTM F3125 Grade A325

ASTM F3125 Grade A490

5/8 19 24 3/4 28 35 7/8 39 49 1 51 64

1 1/8 64 80 1 1/4 81 102 1 3/8 97 121 1 1/2 118 148

*Equal to 70% of specified minimum tensile strength of bolts (as specified in ASTM Specifications for tests of full-size F3125 Grade A 325 and F3125 Grade A 490 bolts with UNC threads, loaded in axial tension) rounded to the nearest kip.

Revise the last sentence of the sixteenth paragraph, "Rotational-Capacity Tests" as follows: " When performed in the field, the procedure shall meet the requirements of ASTM F3125 Annex A2."

In Table C, insert the word "Grade" in the third row before every occurrence of "A325" and "A490."

171-401 & 171-402 62

Page 63: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-18 1 of 1

SECTION 10.00

SECTION 10.00 - GENERAL CLAUSES FOR HIGHWAY ILLUMINATION AND TRAFFIC SIGNAL PROJECTS Article 10.00.03 – Plans: In the first paragraph, replace the 2nd, 3rd, and 4th sentences with the following:

The Contractor shall digitally mark, in red, any changes on the plan(s) using a pdf program. The Contractor shall submit the digital pdf file(s) to the Engineer and to [email protected], for Traffic Signals, prior to requesting the Functional Inspection. Also prior to requesting the Functional Inspection, the Contractor shall deliver to the Engineer the following:

In the first paragraph, last sentence, in item no. 1, replace “Four (4)” with “Digital PDF Files and Five (5)” [paper prints of schematics and wiring diagrams…]. Article 10.00.10 Section 3. Functional Inspection, first paragraph after the 2nd sentence: Add the following: The Contractor shall have a bucket truck with crew on site during the Functional Inspection to make any necessary aerial signal adjustments as directed by the Engineer. Article 10.00.12 - Negotiations with utility company: Add the following: The Contractor shall give notice to utility companies a minimum of 30 days prior to required work or services to the utility company. Refer to Section 1.07 – Legal Relations and Responsibilities for the list of utility companies and representatives the contractor shall use. The Contractor shall perform all work in conformance with Rules and Regulations of Public Utility Regulatory Authority (PURA) concerning Traffic Signals attached to Public Service Company Poles. The Contractor is cautioned that there may be energized wires in the vicinity of the specified installations. In addition to ensuring compliance with NESC and OSHA regulations, the Contractor and/or its Sub-Contractors shall coordinate with the appropriate utility company for securing/protecting the site during the installation of traffic signal mast arms, span poles or illumination poles. When a span is attached to a utility pole, the Contractor shall ensure the anchor is in line with the proposed traffic signal span wire. More than 5 degree deviation will lower the holding strength and is not allowed. The Contractor shall provide any necessary assistance required by the utility company, and ensure the anchor and guy have been installed and properly tensioned prior to attaching the span wire to the utility pole.

171-401 & 171-402 63

Page 64: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5/18/2018

  SECTION 12.00

SECTION 12.00 - GENERAL CLAUSES FOR HIGHWAY SIGNING Description: Work under this item shall conform to the requirements of Section 12.00 supplemented as follows: 12.00.07 – Global Positioning System (GPS) coordinates for signs: The Contractor shall obtain and provide to the Engineer sign installation data, including Global Positioning System (GPS) latitude and longitude coordinates, for all new permanent State owned and maintained signs (temporary and construction signs are not to be included) installed in the project. The Engineer shall forward the sign data to the Division of Traffic Engineering for upload into the Highway Sign Inventory and Maintenance Management Program (SIMS). Sign data submissions or questions relating to SIMS or GPS shall be sent to [email protected]. The horizontal datum is to be set to the State Plane Coordinate System, North American Datum of 1983 (NAD83) in feet. The minimum tolerance must be within 10 feet. The format of the GPS information shall be provided in a Microsoft Office compatible spreadsheet (Excel) file with data for each sign. The record for each sign installed is to be compatible with the anticipated CTDOT Sign Inventory and Management System (CTSIMS). The following format shall be used. However, the data fields noted by “#” are not required for the project submission. These entries will be completed as part of the Traffic Engineering CTSIMS data upload. The cost of this work shall be included in the cost of the respective sign face – sheet aluminum and sign face – extruded aluminum items. The receipt of this electronic database must be received and accepted by the Engineer prior to final payment for items involving permanent highway signing. The electronic database information shall detail information regarding the sign actually installed by the project. Field Number Type size Description 1 text 20 Record Number (starting at 1…) 2 text 20 Sign Catalog Number # 3 text 10 Size Height # 4 text 10 Size Width 5 text 25 Legend # 6 text 10 Background Color # 7 text 10 Copy Color 8 Link 25 Material (see acceptable categories) 9 text 30 Comments if any # 10 text 20 MUTCD Type 11 text 15 Town

171-401 & 171-402 64

Page 65: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5/18/2018

  SECTION 12.00

12 text 5 Route 13 text 5 Route direction # 14 text 10 Highway Log Mileage 15 text 15 Latitude 16 text 15 Longitude 17 text 25 Mounting Type 18 text 25 Reflective Sheeting Type 19 date 25 Date Installed 20 text 10 Number of Posts 21 text 255 Sheeting Manufacturer name and address 22 text 15 State Project Number (or) 23 text 15 Encroachment Permit number. 24 Graphic * Sign Picture Graphic. * Graphics provided shall be representative of the sign supplied and be in color. Graphic formats shall be either JPG or TIFF and provided with a recommended pixel density of 800 x 600. The graphic shall be inserted in the supplied media in field 24 for each sign.  

171-401 & 171-402 65

Page 66: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

SECTION M.04 - BITUMINOUS CONCRETE MATERIALS Section M.04 is being deleted in its entirety and replaced with the following: M.04.01—Bituminous Concrete Materials and Facilities M.04.02—Mix Design and Job Mix Formula (JMF) M.04.03—Production Requirements M.04.01—Bituminous Concrete Materials and Facilities: Each source of component material, Plant and laboratory used to produce and test bituminous concrete must be qualified on an annual basis by the Engineer. AASHTO or ASTM Standards noted with an (M) have been modified and are detailed in Table M.04.03-6. Aggregates from multiple sources of supply must not be blended or stored in the same stockpile. 1. Coarse Aggregate:

All coarse aggregate shall meet the requirements listed in Section M.01. 2. Fine Aggregate:

All fine aggregate shall meet the requirements listed in Section M.01

3. Mineral Filler: Mineral filler shall conform to the requirements of AASHTO M 17.

4. Performance Graded (PG) Asphalt Binder: a. General:

i. PG asphalt binder shall be uniformly mixed and blended and be free of contaminants such as fuel oils and other solvents. Binder shall be properly heated and stored to prevent damage or separation.

ii. The binder shall meet the requirements of AASHTO M 332 and shall be graded or verified in accordance with AASHTO R 29. The Contractor shall submit a Certified Test Report and bill of lading representing each delivery in accordance with AASHTO R 26(M). The Certified Test Report must also indicate the binder specific gravity at 77ºF; rotational viscosity at 275ºF and 329ºF and the mixing and compaction viscosity-temperature chart for each shipment.

iii. The Contractor shall submit the name(s) of personnel responsible for receipt, inspection, and record keeping of PG binder. Contractor plant personnel shall document specific storage tank(s) where binder will be transferred and stored until used, and provide binder samples to the Engineer upon request. The person(s) shall assure that each shipment is accompanied by a statement certifying that the transport vehicle was inspected before loading and was found acceptable for the material

171-401 & 171-402 66

Page 67: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

shipped, and, that the binder is free of contamination from any residual material, along with two (2) copies of the bill of lading.

iv. The blending or combining of PG binders in one storage tank at the Plant from

different suppliers, grades, or additive percentages is prohibited.

b. Basis of Approval: The request for approval of the source of supply shall list the location where the material will be manufactured, and the handling and storage methods, along with necessary certification in accordance with AASHTO R 26(M). Only suppliers/refineries that have an approved “Quality Control Plan for Performance Graded Binders” formatted in accordance with AASHTO R 26(M) may supply PG binders to Department projects.

c. Standard Performance Grade (PG) Binder: i. Standard PG binder shall be defined as “Neat”. Neat PG binders shall be free from

modification with: fillers, extenders, reinforcing agents, adhesion promoters, thermoplastic polymers, acid modification and other additives such as re-refined motor oil, and shall indicate such information on each bill of lading and certified test report.

ii. The standard asphalt binder grade shall be PG 64S-22.

d. Modified Performance Grade (PG) Binder: The modified asphalt binder shall be Performance Grade PG 64E-22 asphalt modified solely with a Styrene-Butadiene-Styrene (SBS) polymer. The polymer modifier shall be added at either the refinery or terminal and delivered to the bituminous concrete production facility as homogenous blend. The stability of the modified binder shall be verified in accordance with ASTM D7173 using the Dynamic Shear Rheometer (DSR). The DSR G*/sin(δ) results from the top and bottom sections of the ASTM D7173 test shall not differ by more than 10%. The results of ASTM D7173 shall be included on the Certified Test Report. The binder shall meet the requirements of AASHTO M 332 (including Appendix X1) and AASHTO R 29.

e. Warm Mix Additive or Technology:

i. The warm mix additive or technology must be listed on the North East Asphalt User Producer Group (NEAUPG) Qualified Warm Mix Asphalt (WMA) Technologies List at the time of bid, which may be accessed online at http://www.neaupg.uconn.edu.

ii. The warm mix additive shall be blended with the asphalt binder in accordance with the manufacturer’s recommendations.

iii. The blended binder shall meet the requirements of AASHTO M 332 and shall be

graded or verified in accordance with AASHTO R 29 for the specified binder grade. The Contractor shall submit a Certified Test Report showing the results of the testing demonstrating the binder grade. In addition, it must include the grade of the virgin

171-401 & 171-402 67

Page 68: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

binder, the brand name of the warm mix additive, the manufacturer’s suggested rate for the WMA additive, the water injection rate (when applicable) and the WMA Technology manufacturer’s recommended mixing and compaction temperature ranges.

5. Emulsified Asphalts:

a. General:

i. The emulsified asphalt shall meet the requirements of AASHTO M 140 or AASHTO M 208 as applicable.

ii. The emulsified asphalts shall be free of contaminants such as fuel oils and other solvents.

iii. The blending at mixing plants of emulsified asphalts from different suppliers is

prohibited. .

b. Basis of Approval i. The request for approval of the source of supply shall list the location where the

material is manufactured, the handling and storage methods, and certifications in accordance with AASHTO PP 71. Only suppliers that have an approved “Quality Control Plan for Emulsified Asphalt” formatted in accordance with AASHTO PP 71 and submit monthly split samples per grade to the Engineer may supply emulsified asphalt to Department projects.

ii. Each shipment of emulsified asphalt delivered to the project site shall be accompanied with the corresponding Certified Test Report listing Saybolt viscosity, residue by evaporation, penetration of residue, and weight per gallon at 77°F and Material Certificate.

iii. Anionic emulsified asphalts shall conform to the requirements of AASHTO M-140. Materials used for tack coat shall not be diluted and meet grade RS-1 or RS-1H. When ambient temperatures are 80˚F and rising, grade SS-1 or SS-lH may be substituted if permitted by the Engineer.

iv. Cationic emulsified asphalt shall conform to the requirements of AASHTO M-208. Materials used for tack coat shall not be diluted and meet grade CRS-1. The settlement and demulsibility test will not be performed unless deemed necessary by the Engineer. When ambient temperatures are 80˚F and rising, grade CSS-1 or CSS-lh may be substituted if permitted by the Engineer.

171-401 & 171-402 68

Page 69: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

6. Reclaimed Asphalt Pavement (RAP):

a. General: RAP is a material obtained from the cold milling or removal and processing of bituminous concrete pavement. RAP material shall be crushed to 100% passing the ½ inch sieve and free from contaminants such as joint compound, wood, plastic, and metals.

b. Basis of Approval: The RAP material will be accepted on the basis of one of the following criteria: i. When the source of all RAP material is from pavements previously constructed on

Department projects, the Contractor shall provide a Materials Certificate listing the detailed locations and lengths of those pavements and that the RAP is only from those locations listed.

ii. When the RAP material source or quality is not known, the Contractor shall request for approval to the Engineer at least 30 calendar days prior to the start of the paving operation. The request shall include a Material Certificate and applicable test results stating that the RAP consists of aggregates that meet the specification requirements of sub articles M.04.01-1 through 3, and, that the binder in the RAP is substantially free of solvents, tars and other contaminants. The Contractor is prohibited from using unapproved material on Department projects and shall take necessary action to prevent contamination of approved RAP stockpiles. Stockpiles of unapproved material shall remain separate from all other RAP materials at all times. The request for approval shall include the following: 1. A 50-pound sample of the RAP to be incorporated into the recycled mixture. 2. A 25-pound sample of the extracted aggregate from the RAP.

7. Crushed Recycled Container Glass (CRCG):

a. Requirements: The Contractor may propose to use clean and environmentally-acceptable CRCG in an amount not greater than 5% by weight of total aggregate.

b. Basis of Approval: The Contractor shall submit to the Engineer a request to use CRCG.

The request shall state that the CRCG contains no more than 1% by weight of contaminants such as paper, plastic and metal and conform to the following gradation:

CRCG Grading Requirements Sieve Size Percent Passing 3/8-inch 100

No. 4 35-100 No. 200 0.0-10.0

The Contractor shall submit a Materials Certificate to the Engineer stating that the CRCG complies with all the applicable requirements in this specification.

171-401 & 171-402 69

Page 70: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

8. Joint Seal Material:

a. Requirements: Joint seal material must meet the requirements of ASTM D 6690 – Type 2. The Contractor shall submit a Material Certificate in accordance with Article 1.06.07 certifying that the joint seal material meets the requirements of this specification.

9. Recycled Asphalt Shingles (RAS)

a. Requirements: RAS shall consist of processed asphalt roofing shingles from post-

consumer asphalt shingles or from manufactured shingle waste. The RAS material under consideration for use in bituminous concrete mixtures must be certified as being asbestos free and shall be entirely free of whole, intact nails. The RAS material shall meet the requirements of AASHTO MP 23.

The producer shall test the RAS material to determine the asphalt content and the gradation of the RAS material. The producer shall take necessary action to prevent contamination of RAS stockpiles. The Contractor shall submit a Materials Certificate to the Engineer stating that the RAS complies with all the applicable requirements in this specification.

10. Plant Requirements:

a. General: The Plant producing bituminous concrete shall comply with AASHTO M 156.

b. Storage Silos: The Contractor may use silos for short-term storage with the approval of the Engineer. A silo must have heated cones and an unheated silo cylinder if it does not contain a separate internal heating system. When multiple silos are filled, the Contractor shall discharge one silo at a time. Simultaneous discharge of multiple silos for the same Project is not permitted.

Type of silo cylinder Maximum storage time for all classes (hr) HMA WMA/PMA Open Surge 4 Mfg Recommendations* Unheated – Non-insulated 8 Mfg Recommendations* Unheated – Insulated 18 Mfg Recommendations* Heated – No inert gas TBD by the Engineer

*Not to exceed HMA limits

c. Documentation System: The mixing plant documentation system shall include equipment for accurately proportioning the components of the mixture by weight and in the proper order, controlling the cycle sequence and timing the mixing operations. Recording equipment shall monitor the batching sequence of each component of the

171-401 & 171-402 70

Page 71: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

mixture and produce a printed record of these operations on each Plant ticket, as specified herein. If recycled materials are used, the Plant tickets shall include their dry weight, percentage and daily moisture content. If a WMA Technology is added at the Plant, the Plant tickets shall include the actual dosage rate. For drum Plants, the Plant ticket shall be produced at 5 minute intervals and maintained by the vendor for a period of three years after the completion of the project. For batch Plants, the Plant ticket shall be produced for each batch and maintained by the vendor for a period of three years after the completion of the project. In addition, an asterisk (*) shall be automatically printed next to any individual batch weight(s) exceeding the following tolerances: Each Aggregate Component ±1.5% of individual or cumulative target weight for each bin Mineral Filler ±0.5% of the total batch Bituminous Material ±0.1% of the total batch Zero Return (Aggregate) ±0.5% of the total batch Zero Return (Bituminous Material) ±0.1% of the total batch The entire batching and mixing interlock cut-off circuits shall interrupt and stop the automatic batching operations when an error exceeding the acceptable tolerance occurs in proportioning. The scales shall not be manually adjusted during the printing process. In addition, the system shall be interlocked to allow printing only when the scale has come to a complete rest. A unique printed character (m) shall automatically be printed on the ticket when the automatic batching sequence is interrupted or switched to auto-manual or full manual during proportioning.

d. Aggregates: Aggregate stockpiles shall be managed to prevent segregation and cross contamination. For drum plants only, the percent moisture content at a minimum prior to production and half way through production shall be determined.

e. Mixture: The dry and wet mix times shall be sufficient to provide a uniform mixture and

a minimum particle coating of 95% as determined by AASHTO T 195(M) . Bituminous concrete mixtures shall contain no more than 0.5% moisture when tested in accordance with AASHTO T 329.

171-401 & 171-402 71

Page 72: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

f. RAP: RAP moisture content shall be determined a minimum of twice daily (prior to production and halfway through production).

g. Asphalt Binder: A binder log shall be submitted to the Department’s Central Lab on a monthly basis.

h. Warm mix additive: For mechanically foamed WMA, the water injection rate shall be monitored during production and not exceed 2.0% by total weight of binder. For additive added at the Plant, the dosage rate shall be monitored during production.

i. Plant Laboratory: The Contractor shall maintain a laboratory at the production facility to

test bituminous concrete mixtures during production. The laboratory shall have a minimum of 300 square feet, have a potable water source and drainage in accordance with the CT Department of Public Health Drinking Water Division, and be equipped with all necessary testing equipment as well as with a PC, printer, and telephone with a dedicated hard-wired phone line. In addition, the PC shall have internet connection and a functioning web browser with unrestricted access to https://ctmail.ct.gov. This equipment shall be maintained in working order at all times and be made available for use by the Engineer.

The laboratory shall be equipped with a heating system capable of maintaining a

minimum temperature of 65°F. It shall be clean and free of all materials and equipment not associated with the laboratory. Sufficient light and ventilation must be provided. During summer months, adequate cooling or ventilation must be provided so the indoor air temperature shall not exceed the ambient outdoor temperature.

The laboratory testing apparatus, supplies, and safety equipment shall be capable of performing all tests in their entirety that are referenced in AASHTO R 35and AASHTO M 323. The Contractor shall ensure that the Laboratory is adequately supplied at all times during the course of the project with all necessary testing supplies and equipment.

The Contractor shall maintain a list of laboratory equipment used in the acceptance testing processes including but not limited to, balances, scales, manometer/vacuum gauge, thermometers, gyratory compactor, clearly showing calibration and/or inspection dates, in accordance with AASHTO R 18. The Contractor shall notify the Engineer if any modifications are made to the equipment within the laboratory. The Contractor shall take immediate action to replace, repair, and/or recalibrate any piece of equipment that is out of calibration, malfunctioning, or not in operation.

M.04.02—Mix Design and Job Mix Formula (JMF) 1. Curb Mix:

a. Requirements: The Contractor shall use bituminous concrete that meets the requirements of Table M.04.02-1. RAP may be used in 5% increments by weight up to 30%.

171-401 & 171-402 72

Page 73: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

b. Basis of Approval: Annually, an approved JMF based on a mix design for curb mix must be on file with the Engineer prior to use. . Any change in component source of supply or consensus properties must be approved by the Engineer. A revised JMF shall be submitted prior to use.

TABLE M.04.02 – 1: Control Points for Curb Mix Mixtures

Notes: (a) Compaction Parameter 50gyration Ndes. (b) The percent passing the #200 sieve shall not exceed the percentage of bituminous asphalt binder.

Mix Curb Mix Production

Tolerances from JMF target

Grade of PG Binder content %

PG 64S-22 6.5 - 9.0

0.4

Sieve Size # 200 3.0 – 8.0 (b) 2.0 # 50 10 - 30 4 # 30 20 - 40 5 # 8 40 - 70 6 # 4 65 - 87 7 ¼”

3/8 “ 95 - 100 8 ½ “ 100 8 ¾” 8 1” 2”

Additionally, the fraction of material retained between any two consecutive sieves shall not be less than 4%

Mixture Temperature Binder 325°F maximum

Aggregate 280-350° F Mixtures 265-325° F

Mixture Properties Air Voids (VA) % 0 – 4.0 (a)

2. Superpave Design Method – S0.25, S0.375, S0.5, and S1 a. Requirements: All designated mixes shall be designed using the Superpave mix design

method in accordance with AASHTO R 35. A JMF based on the mix design shall meet the requirements of Tables M.04.02-2 through Table M.04.02-5. Each JMF must be submitted no less than seven (7) days prior to production and must be approved by the Engineer prior to use. All approved JMFs expire at the end of the calendar year.

171-401 & 171-402 73

Page 74: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

All aggregate component consensus properties and tensile strength ratio (TSR) specimens shall be tested at an AASHTO Materials Reference Laboratory (AMRL) by NETTCP certified technicians. All bituminous concrete mixes shall be tested for stripping susceptibility by performing the tensile strength ratio (TSR) test procedure in accordance with AASHTO T 283(M) at a minimum every 36 months. The compacted specimens may be fabricated at the Plant and then tested at an AMRL accredited facility. TSR specimens, and corresponding JMF shall be submitted with each test report.

i. Superpave Mixtures with RAP: RAP may be used with the following conditions: RAP amounts up to 15% may be used with no binder grade modification. RAP amounts up to 20% may be used provided a new JMF is approved by the Engineer.

The JMF submittal shall include the grade of virgin binder added. The JMF shall be accompanied by a blending chart and supporting test results in accordance with AASHTO M 323 Appendix X1, or by testing that shows the combined binder (recovered binder from the RAP, virgin binder at the mix design proportions, warm mix asphalt additive and any other modifier if used) meets the requirements of the specified binder grade.

Two representative samples of RAP shall be obtained. Each sample shall be split and one split sample shall be tested for binder content in accordance with AASHTO T 164 and the other in accordance AASHTO T 308.

RAP material shall not be used with any other recycling option.

ii. Superpave Mixtures with RAS: RAS may be used solely in HMA S1 mixtures with the following conditions:

RAS amounts up to 3% may be used. RAS total binder replacement up to 15% may be used with no binder grade

modification. RAS total binder replacement up to 20% may be used provided a new JMF is approved

by the Engineer. The JMF submittal shall include the grade of virgin binder added. The JMF shall be accompanied by a blending chart and supporting test results in accordance to AASHTO M 323 appendix X1 or by testing that shows the combined binder (recovered binder from the RAP, virgin binder at the mix design proportions, warm mix asphalt additive and any other modifier if used) meets the requirements of the specified binder grade.

Superpave Mixtures with RAS shall meet AASHTO PP 78 design considerations. The RAS asphalt binder availability factor (F) used in AASHTO PP 78 shall be 0.85.

iii. Superpave Mixtures with CRCG: CRCG may be used solely in HMA S1 mixtures. One

percent of hydrated lime, or other accepted non-stripping agent, shall be added to all mixtures containing CRCG. CRCG material shall not be used with any other recycling option.

171-401 & 171-402 74

Page 75: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

b. Basis of Approval: The following information must be included with the JMF submittal:

Gradation, consensus properties and specific gravities of the aggregate, RAP or RAS. Average asphalt content of the RAP or RAS by AASHTO T 164. Source of RAP or RAS, and percentage to be used. Warm mix Technology, manufacturer’s recommended additive rate and tolerances and

manufacturer recommended mixing and compaction temperatures. TSR test report and anti-strip manufacturer and recommended dosage rate if applicable. Mixing and compaction temperature ranges for the mix with and without the warm-mix

technology incorporated. JMF ignition oven correction factor by AASHTO T 308.

With each JMF submittal, the following samples shall be submitted to the Division of Materials Testing: 4 - one quart cans of PG binder, with corresponding Safety Data Sheet (SDS) 1 - 50 lbs bag of RAP 2 – 50 lbs bag of plant blended virgin aggregate

A JMF may not be approved if any of the properties of the aggregate components or mix do not meet the verification tolerances as described in the Department’s current QA Program for Materials, Acceptance and Assurance Testing Policies and Procedures. Any material based on a JMF, once approved, shall only be acceptable for use when it is produced by the designated plant, it utilizes the same components, and the production of material continues to meet all criteria as specified herein, and component aggregates are maintained within the tolerances shown in Table M.04.02-2. A new JMF must be submitted to the Engineer for approval whenever a new component source is proposed.

Only one mix with one JMF will be approved for production at any one time. Switching between approved JMF mixes with different component percentages or sources of supply is prohibited.

c. Mix Status: Each facility will have each type of mixture rated based on the results of the previous year’s production. Mix Status will be provided to each bituminous concrete producer annually prior to the beginning of the paving season.

The rating criteria are based on compliance with Air Voids and Voids in Mineral Aggregate (VMA) as indicated in Table M.04.03-4 and are calculated as follows:

Criteria A: Percentage of acceptance test results with compliant air voids. Criteria B: The average of the percentage of acceptance test results with compliant VMA,

and percentage of acceptance test results with compliant air voids. The final rating assigned will be the lower of the rating obtained with Criteria A or B.

171-401 & 171-402 75

Page 76: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

Mix status is defined as: “A” – Approved: Assigned to each mixture type from a production facility with a current rating of 70% or greater, or to each mixture type completing a successful PPT. “PPT” – Pre-Production Trial: Temporarily assigned to each mixture type from a production facility when:

1. there are no compliant acceptance production test results submitted to the Department from the previous year;

2. there is a source change in one or more aggregate components 3. there is a component percentage change of more than 5% by weight; 4. there is a change in RAP percentage; 5. the mixture has a rating of less than 70% from the previous season; 6. a new JMF not previously submitted.

Bituminous concrete mixtures with a “PPT” status cannot be used on Department projects. Testing shall be performed by the Producer with NETTCP certified personnel on material under this status. Test results must confirm that specifications requirements in Table M.04.02-2 and Table M.04.02-5 are met before material can be used. One of the following methods must be used to verify the test results:

Option A: Schedule a day when a Department Inspector can be at the facility to witness testing or, Option B: When the Contractor or their representative performs testing without being witnessed by an Inspector, the Contractor shall submit the test results and a split sample including 2 gyratory molds, 5,000 grams of boxed bituminous concrete, and 5,000 grams of cooled loose bituminous concrete for verification testing and approval. Option C: When the Contractor or their representative performs testing without being witnessed by a Department Inspector, the Engineer may verify the mix in the Contractor’s laboratory.

Witnessing or verifying by the Department of compliant test results will change the mix’s status to an “A”.

The differences between the Department’s test results and the Contractor’s must be within the “C” tolerances included in the Department’s QA Program for Materials, Acceptance and Assurance Testing Policies and Procedures in order to be verified.

“U” – Not Approved: Status assigned to a type of mixture that does not have an approved JMF. . Bituminous concrete mixtures with a “U” status cannot be used on Department projects.

171-401 & 171-402 76

Page 77: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

TABLE M.04.02– 2: Superpave Mixture Design Criteria Notes: (1) For all mixtures using a WMA technology, the mix temperature shall meet PG binder and WMA manufacturer’s recommendations.

S0.25 S0.375 S0.5 S1

Sieve CONTROL

POINTS CONTROL

POINTS CONTROL

POINTS CONTROL

POINTS inches Min (%) Max (%) Min (%) Max (%) Min (%) Max (%) Min (%) Max (%)

2.0 - - - - - - - - 1.5 - - - - - - 100 - 1.0 - - - - - - 90 100 3/4 - - - - 100 - - 90 1/2 100 - 100 - 90 100 - - 3/8 97 100 90 100 - 90 - - #4 75 90 - 75 - - - - #8 32 67 32 67 28 58 19 45

#16 - - - - - - - - #30 - - - - - - - - #50 - - - - - - - - #100 - - - - - - - - #200 2.0 10.0 2.0 10.0 2.0 10.0 1.0 7.0

VMA (%) 16.5 ± 1 16.0 ± 1 15.0 ± 1 13.0 ± 1 VA (%) 4.0 ± 1 4.0 ± 1 4.0 ± 1 4.0 ± 1

Gse JMF value JMF value JMF value JMF value Gmm JMF ± 0.030 JMF ± 0.030 JMF ± 0.030 JMF ± 0.030

Dust / binder 0.6 – 1.2 0.6 – 1.2 0.6 – 1.2 0.6 – 1.2 Mix Temp(1) 265 – 325°F 265 – 325°F 265 – 325°F 265 – 325°F

TSR > 80% > 80% > 80% > 80% T-283 Stripping Minimal, as determined by the Engineer

171-401 & 171-402 77

Page 78: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

TABLE M.04.02–3: Superpave Consensus Properties Requirements for Combined Aggregate Notes: (1) 95/90 denotes that a minimum of 95% of the coarse aggregate, by mass, shall have one fractured face and that a minimum of 90% shall have two fractured faces.. (2) Criteria presented as maximum Percent by mass of flat and elongated particles of materials retained on the #4 sieve, determined at 5:1 ratio.

Traffic Level

Design ESALs (80 kN), Millions

Coarse Aggregate Angularity (1)

ASTM D 5821, Minimum %

Fine Aggregate Angularity

AASHTO T 304, Method A Minimum %

Flat and Elongated Particles (2)

ASTM D 4791, Maximum %

Sand Equivalent

AASHTO T 176, Minimum %

1 < 0 .3 55 / - - 40 10 40 2 0 .3 to < 3 . 0 75 / - - 40 10 40 3 ≥ 3 .0 95 / 90 45 10 45

TABLE M.04.02– 4: Superpave Traffic Levels and Design Volumetric Properties

Traffic Level

Design ESALs

Number of Gyrations by Superpave Gyratory

Compactor

Percent Density of Gmm from HMA/WMA

specimen

Voids Filled with Asphalt (VFA) Based on Nominal mix size – inch

(million) Nini Ndes Nmax Nini Ndes Nmax 0.25 0.375 0.5 1 1 < 0 .3 6 50 75 ≤ 91.5 96.0 ≤ 98.0 70 - 80 70 - 80 70 - 80 67 - 80

2 0 .3 t o < 3 . 0 7 75 115 ≤ 90.5 96.0 ≤ 98.0 65 - 78 65 - 78 65 - 78 65 - 78

3 ≥ 3 .0 8 100 160 ≤ 90.0 96.0 ≤ 98.0 65 – 77 73 - 76 65 - 75 65 - 75

171-401 & 171-402 78

Page 79: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

TABLE M.04.02– 5: Superpave Minimum Binder Content by Mix Type and Level

Mix Type Level Binder Content

Minimum

S0.25 1 5.70 S0.25 2 5.60 S0.25 3 5.50 S0.375 1 5.70 S0.375 2 5.60 S0.375 3 5.50 S0.5 1 5.10 S0.5 2 5.00 S0.5 3 4.90 S1 1 4.60 S1 2 4.50 S1 3 4.40

M.04.03— Production Requirements: 1. Standard Quality Control Plan (QCP) for Production: The QCP for production shall describe the organization and procedures which the Contractor shall use to administer quality control. The QCP shall include the procedures used to control the production process, to determine when immediate changes to the processes are needed, and to implement the required changes. The QCP must detail the inspection, sampling and testing protocols to be used, and the frequency for each. Control Chart(s) shall be developed and maintained for critical aspect(s) of the production process as determined by the Contractor. The control chart(s) shall identify the material property, applicable upper and lower control limits, and be updated with current test data. As a minimum, the following quality characteristics shall be included in the control charts: percent passing #4 sieve, percent passing #200 sieve, binder content, air voids, Gmm and VMA. The control chart(s) shall be used as part of the quality control system to document variability of the bituminous concrete production process. The control chart(s) shall be submitted to the Engineer the first day of each month. The QCP shall also include the name and qualifications of a Quality Control Manager. The Quality Control Manager shall be responsible for the administration of the QCP, including compliance with the plan and any plan modifications. The Contractor shall submit complete production testing records to the Engineer within 24 hours in a manner acceptable to the Engineer.

171-401 & 171-402 79

Page 80: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

The QCP shall also include the name and qualifications of any outside testing laboratory performing any QC functions on behalf of the Contractor. The QCP must also include a list of sampling & testing methods and frequencies used during production, and the names of all Quality Control personnel and their duties. Approval of the QCP does not imply any warranty by the Engineer that adherence to the plan will result in production of bituminous concrete that complies with these specifications. The Contractor shall submit any changes to the QCP as work progresses.

2. Acceptance Requirements: i. General:

Acceptance samples shall be obtained from the hauling vehicles and tested by the Contractor at the Plant.

The Contractor shall submit all acceptance tests results to the Engineer within 24 hours or prior to the next day’s production. All acceptance test specimens and supporting documentation must be retained by the Contractor and may be disposed of with the approval of the Engineer. All quality control specimens shall be clearly labeled and separated from the acceptance specimens. Contractor personnel performing acceptance sampling and testing must be present at the facility prior to, during, and until completion of production, and be certified as a NETTCP HMA Plant Technician or Interim HMA Plant Technician and be in good standing. Production of material for use on State projects must be suspended by the Contractor if such personnel are not present. Technicians found by the Engineer to be non-compliant with NETTCP policies and procedures or Department policies may be removed by the Engineer from participating in the acceptance testing process for Department projects until their actions can be reviewed. Anytime during production that testing equipment becomes defective or inoperable, production can continue for a maximum of 1 hour. The Contractor shall obtain box sample(s) in accordance with Table M.04.03-2 to satisfy the daily acceptance testing requirement for the quantity shipped to the project. The box sample(s) shall be tested once the equipment issue has been resolved to the satisfaction of the Engineer. Production beyond 1 hour may be considered by the Engineer. Production will not be permitted beyond that day until the subject equipment issue has been resolved. Verification testing will be performed by the Engineer in accordance with the Department’s QA Program for Materials. Should the Department be unable to verify the Contractor’s acceptance test result(s) due to a failure of the Contractor to retain acceptance test specimens or supporting documentation, the Contractor shall review its quality control plan, determine the cause of the nonconformance and

171-401 & 171-402 80

Page 81: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

respond in writing within 24 hours to the Engineer describing the corrective action taken. In addition, the Contractor must provide supporting documentation or test results to validate the subject acceptance test result(s). The Engineer may invalidate any adjustments for material corresponding to the subject acceptance test(s). Failure of the Contractor to adequately address quality control issues at a facility may result in suspension of production for Department projects at that facility. ii. Curb Mix Acceptance Sampling and Testing Procedures: Curb Mix shall be tested in accordance to Table M.04.03-1 by the Contractor at a frequency of one test per every 250 tons of cumulative production, regardless of the day of production.

TABLE M.04.03 – 1: Curb Mix Acceptance Test Procedures Protocol Reference Description

1 AASHTO T 30(M)

Mechanical Analysis of Extracted Aggregate

2 AASHTO T 168 Sampling of Bituminous Concrete

3 AASHTO T 308 Binder content by Ignition Oven method (adjusted for aggregate correction factor)

4 AASHTO T 209(M)(2)

Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures

5 AASHTO T 312(2) (1)Superpave Gyratory molds compacted to Ndes

6 AASHTO T 329 Moisture Content of Hot-Mix Asphalt (HMA) by Oven Method

Notes: (1) One set equals two six-inch molds. Molds to be compacted to 50 gyrations (2) Once per year or when requested by the Engineer

a. Determination of Off-Test Status:

i. Curb Mix is considered “off test" when the test results indicate that any single value for bitumen content or gradation are not within the tolerances shown in Table M.04.02-1. If the mix is “off test”, the Contractor must take immediate actions to correct the deficiency and a new acceptance sample shall be tested on the same day or the following day of production.

ii. When multiple silos are located at one site, mixture supplied to one project is

considered as coming from one source for the purpose of applying the “off test” status.

iii. The Engineer may cease supply from the plant when test results from three

consecutive samples are not within the JMF tolerances or the test results from two consecutive samples not within the control points indicated in Table M.04.02-1 regardless of production date.

171-401 & 171-402 81

Page 82: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

b. JMF revisions i. If a test indicates that the bitumen content or gradation are outside the tolerances, the

Contractor may make a single JMF revision as allowed by the Engineer prior to any additional testing. Consecutive test results outside the requirements of Table M.04.02-1 JMF tolerances may result in rejection of the mixture.

ii. Any modification to the JMF shall not exceed 50% of the JMF tolerances indicated in Table M.04.02-1 for any given component of the mixture without approval of the Engineer. When such an adjustment is made to the bitumen, the corresponding production percentage of bitumen shall be revised accordingly.

iii. Superpave Mix Acceptance:

a. Sampling and Testing Procedures

Production Lot: The Lot will be defined as one of the following types: - Non-PWL Production Lot for total estimated project quantities per mixture less

than 3500 tons: All mixture placed during a single continuous paving operation. - PWL Production Lot for total estimated project quantities per mixture of 3500

tons or more: Each 3500 tons of mixture produced within 30 calendar days. Production Sub Lot: - For Non-PWL: As defined in Table M.04.03 – 2 - For PWL: 500 tons (the last Sub Lot may be less than 500 tons) Partial Production Lots (For PWL only): A Lot with less than 3500 tons due to: - completion of the Course - a Job Mix Formula revision due to changes in:

o cold feed percentages over 5% o target combined gradation over 5% o target binder over 0.15% o any component specific gravity

- a Lot spanning 30 calendar days

The acceptance sample(s) location(s) shall be selected using stratified – random sampling in accordance with ASTM D 3665 based on:

- the total daily estimated tons of production for non-PWL lots, or - the total lot size for PWL lots.

One acceptance sample shall be obtained and tested per Sub Lot. The Engineer may direct that additional acceptance samples be obtained. For non-PWL lots, one acceptance test shall always be performed in the last sub-lot based on actual tons of material produced.

171-401 & 171-402 82

Page 83: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

For Non-PWL lots, quantities of the same mixture per plant may be combined daily for multiple State projects to determine the number of sub lots. The payment adjustment will be calculated as described in 4.06.

TABLE M.04.03 – 2:

Superpave Acceptance Testing Frequency per Type/Level/Plant for Non-PWL lots Daily quantity

produced in tons (lot) Number of Sub Lots/Tests

0 to 150 0, Unless requested by the Engineer 151 to 500 1

501 to 1,000 2 1,001 to 2,000 3

2,001 or greater 1 per 500 tons or portions thereof

The following test procedures shall be used for acceptance:

TABLE M.04.03– 3: Superpave Acceptance Testing Procedures Protocol Procedure Description

1 AASHTO T 168 Sampling of bituminous concrete 2 AASHTO R 47 Reducing samples to testing size 3 AASHTO T 308 Binder content by ignition oven method (adjusted for

aggregate correction factor) 4 AASHTO T 30(M) Gradation of extracted aggregate for bituminous

concrete mixture 5 AASHTO T 312 (1)Superpave gyratory molds compacted to Ndes 6 AASHTO T 166 (2)Bulk specific gravity of bituminous concrete 7 AASHTO R 35 (2)Air voids, VMA 8 AASHTO T 209(M) Maximum specific gravity of bituminous concrete

(average of two tests) 9 AASHTO T 329 Moisture content of bituminous concrete

Notes: (1) One set equals two six-inch molds. Molds to be compacted to Nmax for PPTs and to Ndes for production testing. The first sublot of the year will be compacted to Nmax (2) Average value of one set of six-inch molds. If the average ignition oven corrected binder content differs by 0.3% or more from the average of the Plant ticket binder content in five (5) consecutive tests regardless of the production date (moving average), the Contractor shall immediately investigate, determine an assignable cause and correct the issue. When two consecutive moving average differences are 0.3% or more and no assignable cause has been stablished, the Engineer may require a new ignition oven aggregate correction factor to be performed or to adjust the current factor by the average of the differences between the corrected binder content and production Plant ticket for the last five (5) acceptance results.

171-401 & 171-402 83

Page 84: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

The test specimen must be placed in an ignition oven for testing in accordance with AASHTO T 308 within thirty minutes of being obtained from the hauling vehicle and the test shall start immediately after.

The Contractor shall perform TSR testing within 30 days after the start of production for all design levels of HMA- and PMA- S0.5 plant-produced mixtures, in accordance with AASHTO T 283(M). The TSR test shall be performed at an AMRL certified laboratory by NETTCP certified technicians. The compacted specimens may be fabricated at the Plant and then tested at an AMRL accredited facility. The test results and specimens shall be submitted to the Engineer for review. Superpave mixtures that require anti-strip additives (either liquid or mineral) shall continue to meet all requirements specified herein for binder and bituminous concrete. The Contractor shall submit the name, manufacturer, percent used, technical datasheet and SDS for the anti-strip additive (if applicable) to the Engineer.

b. Determination of Off-Test Status:

i. Superpave mixes shall be considered “off test” when any Control Point Sieve, binder content, VA, VMA, or Gmm value is outside of the limits specified in Table M.04.03-4 or the target binder content at the Plant is below the minimum binder content stated in Table M.04.02-5. Note that further testing of samples or portions of samples not initially tested for this purpose cannot be used to change the status.

ii. Any time the bituminous concrete mixture is considered Off-test: 1. The Contractor shall notify the Engineer when the Plant is "off test" for any mix

design that is delivered to the project in any production day. When multiple silos are located at one site, mixture supplied to one project is considered as coming from one source for the purpose of applying the “off test” determination.

2. The Contractor must take immediate actions to correct the deficiency, minimize

“off test” production to the project, and obtain an additional Process Control (PC) test after any corrective action to verify production is in conformance to the specifications. A PC test will not be used for acceptance and is solely for the use of the Contractor in its quality control process.

c. Cessation of Supply for Superpave Mixtures in non-PWL lots:

A mixture shall not be used on Department’s projects when it is “off test” for: i. four (4) consecutive tests in any combination of VA, VMA or Gmm, regardless

of date of production, or, ii. two (2) consecutive tests in the Control Point sieves in one production shift.

As a result of cessation of supply, the mix status will be changed to PPT.

171-401 & 171-402 84

Page 85: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

d. JMF revisions:

JMF revisions are only permitted prior to or after a production shift. A JMF revision is effective from the time it was submitted and is not retroactive to the previous test(s).

JMF revisions shall be justified by a documented trend of test results.

Revisions to aggregate and RAP specific gravities are only permitted when testing is performed at an AMRL certified laboratory by NETTCP certified technicians.

A JMF revision is required when the Plant target RAP and/or bin percentage deviates by more than 5% and/or the Plant target binder content deviates by more than 0.15% from the active JMF.

171-401 & 171-402 85

Page 86: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

TABLE M.04.03– 4: Superpave Mixture Production Requirements

Notes: (1) 300oF minimum after October 15. (2) JMF tolerances shall be defined as the limits for production compliance. (3) For all mixtures with WMA technology, changes to the minimum aggregate temperature will require Engineer’s approval. (4) For PMA and mixtures with WMA technology, the mix temperature shall meet manufacturer’s recommendations. In addition, for all mixtures with WMA technology, the maximum mix temperature shall not exceed 325°F.(5) 0.4 for PWL lots (6) 1.3 for PWL lots (7) 1.2 for PWL lots

S0.25 S0.375 S0.5 S1 Tolerances

Sieve CONTROL POINTS

CONTROL POINTS

CONTROL POINTS

CONTROL POINTS

From JMF Targets (2)

inches Min(%) Max(%) Min(%) Max(%) Min(%) Max(%) Min(%) Max(%) ±Tol

1.5 - - - - - - 100 - 1.0 - - - - - - 90 100 3/4 - - - - 100 - - 90 1/2 100 - 100 - 90 100 - - 3/8 97 100 90 100 - 90 - - #4 75 90 - 75 - - - - #8 32 67 32 67 28 58 19 45

#16 - - - - - - - - #200 2.0 10.0 2.0 10.0 2.0 10.0 1.0 7.0 Pb JMF value JMF value JMF value JMF value 0.3(5)

VMA (%) 16.5 16.0 15.0 13.0 1.0(6) VA (%) 4.0 4.0 4.0 4.0 1.0(7) Gmm JMF value JMF value JMF value JMF value 0.030

Agg. Temp (3) 280 – 350F 280 – 350F 280 – 350F 280 – 350F

Mix Temp (4) 265 – 325 F (1) 265 – 325 F (1) 265 – 325 F (1) 265 – 325 F (1)

Prod. TSR N/A N/A >80% N/A T-283

Stripping N/A N/A Minimal as determined by

the Engineer N/A

171-401 & 171-402 86

Page 87: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

TABLE M.04.03– 5: Superpave Traffic Levels and Design Volumetric Properties

TABLE M.04.03-6: Modifications to Standard AASHTO and ASTM Test Specifications and Procedures

AASHTO Standard Method of Test Reference Modification T 30 Section 7.2 thru 7.4 Samples are not routinely washed for production testing T 168

Samples are taken at one point in the pile. Samples from a hauling vehicle are taken from only one point instead of three as specified. Selection of Samples: Sampling is equally important as the testing, and the sampler shall use every precaution to obtain samples that are truly representative of the bituminous mixture. Box Samples: In order to enhance the rate of processing samples taken in the field by construction or maintenance personnel the samples will be tested in the order received and data processed to be determine conformance to material specifications and to prioritize inspections by laboratory personnel.

T 195 Section 4.3 only one truck load of mixture is sampled. Samples are taken from opposite sides of the load.

T 209 Section 7.2 The average of two bowls is used proportionally in order to satisfy minimum mass requirements. 8.3 Omit Pycnometer method.

T 283 When foaming technology is used, the material used for the fabrication of the specimens shall be cooled to room temperature, and then reheated to the manufactures recommended compaction temperature prior to fabrication of the specimens.

Traffic Level

Design ESALs Number of Gyrations by Superpave Gyratory Compactor (million) Nini Ndes

1 < 0.3 6 50

2 0.3 to < 3.0 7 75

3 ≥3.0 8 100

171-401 & 171-402 87

Page 88: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 9/30/2016 English

SECTION M.04

AASHTO Standard Recommended Practices Reference Modification R 26 All laboratory technician(s) responsible for testing PG-binders be certified

or Interim Qualified by the New England Transportation Technician Certification Program (NETTCP) as a PG Asphalt Binder Lab Technician.

All laboratories testing binders for the Department are required to be accredited by the AASHTO Materials Reference Laboratory (AMRL).

Sources interested in being approved to supply PG-binders to the Department by use of an “in-line blending system,” must record properties of blended material, and additives used.

Each source of supply of PG-binder must indicate that the binders contain no additives used to modify or enhance their performance properties. Binders that are manufactured using additives, modifiers, extenders etc., shall disclose the type of additive, percentage and any handling specifications/limitations required. All AASHTO M 320 references shall be replaced with AASHTO M 332. Once a month, one split sample and test results for each asphalt binder grade and each lot shall be submitted by the PG binder supplier to the Department’s Central Lab. Material remaining in a certified lot shall be re-certified no later than 30 days after initial certification. Each April and September, the PG binder supplier shall submit test results for two (2) BBR tests at two (2) different temperatures in accordance with AASHTO R 29.

171-401 & 171-402 88

Page 89: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

REV 3/8/18

SECTION M.06

SECTION M.06 - METALS Section M.06 is amended as follows: M.06.01—Reinforcing Steel: Delete the entire last paragraph in Subarticle 1 "Bar Reinforcement" that reads: "Prior to the incorporation… …and type of bar reinforcement." M.06.02—Structural Steel:

Revise Subarticle 2 "Anchor Bolts" as follows: "(a) Anchor bolt assemblies shall meet the requirements of ASTM F1554, and the grade shall be as specified on the plans. All components of the bolt assembly shall be galvanized in accordance with ASTM F2329."

Replace Subarticle 3 "High Strength Bolts" with the following: " 3. High-Strength Bolts: High-strength bolts, including suitable nuts and hardened washers, shall meet the following requirements:

(a) High-strength bolts shall meet the requirements of ASTM F3125 Grade A325 or ASTM F3125 Grade A490 as shown on the plans. High-strength bolts used with coated steel shall be mechanically galvanized, unless otherwise specified. High-strength bolts used with uncoated weathering grades of steel shall be Type 3. Nuts for ASTM F3125 Grade A325 bolts shall meet the requirements of ASTM A563, Grades DH, DH3, C, C3 and D. Where galvanized high-strength bolts are used, the nuts shall be galvanized, heat-treated Grade DH. Where Type 3 high-strength bolts are used, the nuts shall be Grade C3 or DH3. Nuts for ASTM F3125 Grade A490 bolts shall meet the requirements of ASTM A563, Grade DH. Where Type 3 high-strength bolts are used, the nuts shall be Grade DH3. All galvanized nuts shall be lubricated with a lubricant containing a visible dye of any color that contrasts with the color of the galvanizing. Black bolts must be oily to the touch when delivered and installed. Circular flat and square or rectangular beveled, hardened steel washers shall meet the requirements of ASTM F436. Unless otherwise specified, galvanized washers shall be furnished when galvanized high-strength bolts are specified, and washers with atmospheric corrosion resistance and weathering characteristics shall be furnished when Type 3 high-strength bolts are specified. Compressible-washer-type direct tension indicator washers, used in conjunction with high-strength bolts, shall meet the requirements of ASTM F959. Where galvanized high-strength bolts are used, the washers shall be galvanized in accordance with ASTM B695,

171-401 & 171-402 89

Page 90: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

REV 3/8/18

SECTION M.06

Class 55. Where Type 3 high-strength bolts are used, the washers shall be galvanized in accordance with ASTM B695, Class 55 and coated with epoxy.

(b) Identifying Marks: ASTM F3125 Grade A325 for bolts and the specifications referenced therein for nuts require that bolts and nuts manufactured to the specification be identified by specific markings on the top of the bolt head and on one face of the nut. Markings may be raised or depressed at the manufacturer’s option and shall be visible after coating if coating is required. Head markings must identify the grade by the symbol "A325," the manufacturer and the type, if Type 3. Nut markings must identify the grade, the manufacturer and if Type 3, the type. Markings on direct tension indicators must identify the manufacturer and Type "A325." Other washer markings must identify the manufacturer and if Type 3, the type. ASTM F3125 Grade A490 for bolts and the specifications referenced therein for nuts require that bolts and nuts manufactured to the specifications be identified by specific markings on the top of the bolt head and on one face of the nut. Markings may be raised or depressed at the manufacturer’s option and shall be visible after coating if coating is required. Head markings must identify the grade by the symbol "A490," the manufacturer and the type, if Type 3. Nut markings must identify the grade, the manufacturer and if Type 3, the type. Markings on direct tension indicators must identify the manufacturer and Type "A490." Other washer markings must identify the manufacturer and if Type 3, the type. ASTM F3125 Grade A325 and ASTM F3125 Grade A490 bolt lengths up to 4 times the diameter which are fully threaded but which are not required to be fully threaded by the relevant ASME standard shall be marked with a “T” immediately after the grade designation, for example “A325T.” Bolts with any other non-standard dimensions, including thread length, shall be marked with an “S” immediately after the grade designation, for example “A325S.” All other markings, if used, such as a private label distributor’s mark shall also be separate and distinct.

(c) Dimensions: Bolt and nut dimensions shall meet the requirements for Heavy Hexagon Structural Bolts and for Heavy Semi-Finished Hexagon Nuts given in ASME Standard B18.2.6.

(d) Galvanized Bolts: Galvanized bolts shall meet the requirements of ASTM F3125 Grade A325, Type 1. The bolts shall be hot-dip galvanized in accordance with ASTM F2329, to a thickness of 50 µm or mechanically galvanized in accordance with ASTM B695, Class 55. Bolts, nuts, and washers of any assembly shall be galvanized by the same process. The nuts shall be overtapped to the minimum amount required for the fastener assembly, and shall be lubricated with a lubricant containing a visible dye so a visual check can be made for the lubricant at the time of field installation. Galvanized bolts shall be tension tested after galvanizing. ASTM F3125 Grade A490 bolts shall be uncoated or shall be coated in accordance with either ASTM F1136 Grade 3 or ASTM F2833 Grade 1.

(e) Test Requirements: The maximum hardness of ASTM F3125 Grade A325 bolts shall be 34 HRC. The maximum hardness of ASTM F3125 Grade A490 bolts shall be 38 HRC. Plain, ungalvanized nuts shall have a minimum hardness of 89 HRB. Proof load tests, in accordance with the requirements of ASTM F606 Method 1, shall be required for the bolts. Wedge tests of full-size bolts are required in accordance with Section 10.1 of ASTM F3125. Galvanized bolts shall be wedge tested after galvanizing.

171-401 & 171-402 90

Page 91: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

REV 3/8/18

SECTION M.06

Proof load tests of ASTM A563 are required for nuts. Proof load tests for nuts used with galvanized bolts shall be performed after galvanizing, overtapping and lubricating. Rotational-capacity tests are required and shall be performed on all plain or galvanized (after galvanizing) bolt, nut and washer assemblies by the manufacturer or distributor prior to shipping and by the Contractor at the Site. The thickness of galvanizing on bolts, nuts and washers shall be measured. On bolts, it shall be measured on the wrench flats or on top of the bolt head, and on nuts it shall be measured on the wrench flats.

(f) Certified Test Reports and Materials Certificates: The Contractor shall submit notarized copies of Certified Test Reports and Materials Certificates in accordance with Article 1.06.07 for fastener assemblies. In addition the Certified Test Reports and Materials Certificates shall include the following: 1. Mill test reports shall indicate the place where the material was melted and

manufactured. 2. Test reports for proof load tests, wedge tests, and rotational-capacity tests shall indicate

where the tests were performed, date of tests, location of where the components were manufactured and lot numbers.

3. The test report for galvanized components shall indicate the thickness of the galvanizing.

(g) Material Samples: Prior to incorporation into the work, the Contractor shall submit samples of the bolt assemblies to the Engineer for testing in accordance with the latest edition of the “Materials Testing Manual (Chapter 8, Minimum Schedule for Acceptance Testing).” Samples shall be submitted for each diameter, length, material designation, grade, coating and manufacturer of bolt assembly."

M.06.03—Galvanizing:

Replace the entire subarticle with the following: " M.06.03—Galvanizing: Unless otherwise specified on the plans or in the special provisions, the zinc coating on all iron and steel materials, other than wire, shall meet the requirements of ASTM A123, A153 or F2329, whichever shall apply. When mechanical galvanizing is used it shall meet the requirements of ASTM B695 Class 55."

171-401 & 171-402 91

Page 92: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

08/28/2017

SECTION M.10

SECTION M.10 - RAILING AND FENCE M.10.02 – Metal Beam-Type Rail and Anchorages: 9. Plastic Blockouts:

Replace NCHRP Report 350 with MASH

171-401 & 171-402 92

Page 93: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 08/02/11

ON-THE-JOB TRAINING

ON-THE-JOB TRAINING (OJT) WORKFORCE DEVELOPMENT PILOT Description To provide construction industry related job opportunities to minorities, women and economically disadvantaged individuals; and to increase the likelihood of a diverse and inclusive workforce on Connecticut Department of Transportation (ConnDOT) projects. All contractors (existing and newcomers) will be automatically placed in the Workforce Development Pilot. Standard OJT requirements typically associated with individual projects will no longer be applied at the project level for new projects. Instead, these requirements will be applicable on an annual basis for each contractor performing work on ConnDOT projects. The OJT Workforce Development Pilot will allow a contractor to train employees on Federal, State and privately funded projects located in Connecticut. However, contractors should give priority to training employees on ConnDOT Federal-Aid funded projects. Funding The Department will establish an OJT fund annually from which contractors may bill the Department directly for eligible trainee hours. The funds for payment of trainee hours on federal-aid projects will be allocated from the ½ of 1% provided for OJT funding, and will be based on hours trained, not to exceed a maximum of $25,000.00 per year; per contractor. Minorities and Women Developing, training and upgrading of minorities, women and economically disadvantaged individuals toward journeyperson level status is the primary objective of this special training provision. Accordingly, the Contractor shall make every effort to enroll minority, women and economically disadvantaged individuals as trainees to the extent that such persons are available within a reasonable area of recruitment. This training commitment is not intended, and shall not be used, to discriminate against any applicant for training whether a member of a minority group or not. Assigning Training Goals The Department, through the OJT Program Coordinator, will assign training goals for a calendar year based on the contractor’s past two year’s activities and the contractor’s anticipated upcoming year’s activity with the Department. At the beginning of each year, all contractors eligible will be contacted by the Department to determine the number of trainees that will be assigned for the upcoming calendar year. At that time, the Contractor shall enter into an agreement with the Department to provide a self-imposed on-the-job training program for the calendar year. This agreement will include a specific number of annual training goals agreed to by both parties. The number of training assignments may range from one (1) to six (6) per

171-401 & 171-402 93

Page 94: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 08/02/11

ON-THE-JOB TRAINING

contractor per calendar year. Each January, a summary of the trainees required and the OJT Workforce Development Pilot package will be sent to participating contractors. The number of trainees assigned to each contractor in the summary will increase proportionately not to exceed 6, as shown in the following table. This package will also be provided to contractors as they become newly eligible for the OJT Workforce Development Pilot throughout the remainder of the year. Projects awarded after September 30 will be included in the following year’s Program. The dollar thresholds for training assignments are as follows: $4.5 – 8 million= 1 trainee $ 9 – 15 million= 2 trainees $16 – 23 million= 3 trainees $24 – 30 million= 4 trainees $31 – 40 million= 5 trainees $41 – and above= 6 trainees Training Classifications Preference shall be given to providing training in the following skilled work classifications. However, the classifications established are not all-inclusive:

Equipment Operators Electricians Laborers Painters Carpenters Iron / Reinforcing Steel Workers Concrete Finishers Mechanics Pipe Layers Welders

The Department has on file common training classifications and their respective training requirements; that may be used by the contractors. Contractors shall submit new classifications for specific job functions that their employees are performing. The Department will review and recommend for acceptance the new classifications proposed by contractors, if applicable. New classifications shall meet the following requirements: Proposed training classifications are reasonable and realistic based on the job skill classification needs, and the number of training hours specified in the training classification is consistent with common practices and provides enough time for the trainee to obtain journeyman level status. Where feasible, 25% percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. The number of trainees shall be distributed among the work classifications on the basis of the contractor’s needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. No employee shall be employed as a trainee in any classification in which they have successfully completed a training course leading to journeyman level status or in which they have been employed as a journeyman.

171-401 & 171-402 94

Page 95: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 08/02/11

ON-THE-JOB TRAINING

Records and Reports The Contractor shall maintain enrollment in the program and submit all required reports documenting company compliance under these contract requirements. These documents and any other information shall be submitted to the OJT Program Coordinator as requested. Upon the trainee’s completion and graduation from the program, the Contractor shall provide each trainee with a certification Certificate showing the type and length of training satisfactorily completed. Trainee Interviews In order to determine the continued effectiveness of the OJT Program in Connecticut, the department will periodically conduct personal interviews with current trainees and may survey recent graduates of the program. This enables the OJT Program Coordinator to modify and improve the program as necessary. Trainee interviews are generally conducted at the job site to ensure that the trainees’ work and training is consistent with the approved training program. Trainee Wages Contractors shall compensate trainees on a graduating pay scale based upon a percentage of the prevailing minimum journeyman wages (Davis-Bacon Act). Minimum pay shall be as follows:

60 percent of the journeyman wage for the first half of the training period 75 percent of the journeyman wage for the third quarter of the training period 90 percent of the journeyman wage for the last quarter of the training period

In no case, will the trainee be paid less than the prevailing rate for general laborer as shown in the contract wage decision (must be approved by the Department of Labor). Achieving or Failing to Meet Training Goals The Contractor will be credited for each trainee currently enrolled or who becomes enrolled in the approved training program and providing they receive the required training under the specific training program. Trainees will be allowed to be transferred between projects if required by the Contractor’s schedule and workload. The OJT Program Coordinator must be notified of transfers within five (5) days of the transfer or reassignments by e-mail ([email protected]). Where a contractor does not or cannot achieve its annual training goal with female or minority trainees, they must produce adequate Good Faith Efforts documentation. Good Faith Efforts are those designed to achieve equal opportunity through positive, aggressive, and continuous result-oriented measures. 23 CFR § 230.409(g) (4). Contractors should request minorities and females from unions when minorities and females are under-represented in the contractor’s workforce.

171-401 & 171-402 95

Page 96: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 08/02/11

ON-THE-JOB TRAINING

Whenever a contractor requests ConnDOT approval of someone other than a minority or female, the contractor must submit documented evidence of its Good Faith Efforts to fill that position with a minority or female. When a non-minority male is accepted, a contractor must continue to attempt to meet its remaining annual training goals with females and minorities. Where a contractor has neither attained its goal nor submitted adequate Good Faith Efforts documentation, ConnDOT will issue a letter of non-compliance. Within thirty (30) days of receiving the letter of non-compliance, the contractor must submit a written Corrective Action Plan (CAP) outlining the steps that it will take to remedy the non-compliance. The CAP must be approved by ConnDOT. Failure to comply with the CAP may result in your firm being found non-responsive for future projects. Measurement and Payment Optional reimbursement will be made to the contractor for providing the required training under this special provision on ConnDOT Federal-Aid funded projects only. Contractor will be reimbursed at $0.80 for each hour of training given to an employee in accordance with an approved training or apprenticeship program. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other source does not specifically prohibit the contractor from receiving other reimbursement. Reimbursement for training is made annually or upon the trainees completion and not on a monthly basis. No payment shall be made to the Contractor if either the failure to provide the required training, or the failure to hire the trainee as a journeyperson, is caused by the Contractor. Program reimbursements will be made directly to the prime contractor on an annual basis. To request reimbursement, prime contractors must complete the Voucher for OJT Workforce Development Pilot Hourly Reimbursement for each trainee in the OJT Program. This form is included in the OJT Workforce Development Pilot package and is available on the Department’s web site at: www.ct.gov/dot The completed form must be submitted to the Office of Contract Compliance for approval. The form is due on the 15th day of January for each trainee currently enrolled and for hours worked on ConnDOT Federal-Aid funded projects only.

171-401 & 171-402 96

Page 97: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

D.B.E. SUBCONTRACTORS AND MATERIAL SUPPLIERS OR MANUFACTURERS

January2013 I. ABBREVIATIONS AND DEFINITIONS AS USED IN THIS SPECIAL PROVISION A. CTDOT means the Connecticut Department of Transportation. B. USDOT means the U.S. Department of Transportation, including the Office of the Secretary, the Federal Highway Administration (“FHWA”), the Federal Transit Administration (“FTA”), and the Federal Aviation Administration (“FAA”). C. Broker means a party acting as an agent for others in negotiating Contracts, Agreements, purchases, sales, etc., in return for a fee or commission. D. Contract, Agreement or Subcontract means a legally binding relationship obligating a seller to furnish supplies or services (including but not limited to, construction and professional services) and the buyer to pay for them. For the purposes of this provision, a lease for equipment or products is also considered to be a Contract. E. Contractor means a consultant, second party or any other entity under Contract to do business with CTDOT or, as the context may require, with another Contractor. F. Disadvantaged Business Enterprise (“DBE”) means a for profit small business concern:

1. That is at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged or, in the case of a corporation, in which 51 percent of the stock is owned by one or more such individuals; and

2. Whose management and daily business operations are controlled by one or more of the socially

and economically disadvantaged individuals who own it; and

3. Certified by CTDOT under Title 49 of the Code of Federal Regulations, Part 26, (Title 49 CFR Part 23 of the Code of Federal Regulations for Participation of Disadvantaged Business Enterprise in Airport Concessions)

G. USDOT-assisted Contract means any Contract between CTDOT and a Contractor (at any tier) funded in whole or in part with USDOT financial assistance. H. Good Faith Efforts (“GFE”) means all necessary and reasonable steps to achieve a DBE goal or other requirement which by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. I. Small Business Concern means, with respect to firms seeking to participate as DBEs in USDOT-assisted Contracts, a small business concern as defined pursuant to Section 3 of the Small Business Act and Small Business Administration (“SBA”) regulations implementing it (13 CFR Part 121) that also does not exceed the cap on average annual gross receipts in 49 CFR Part 26, Section 26.65(b).

171-401 & 171-402 97

Page 98: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

J. Socially and Economically Disadvantaged Individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is:

1. Any individual who CTDOT finds, on a case-by-case basis, to be a socially and economically disadvantaged individual.

2. Any individuals in the following groups, members of which are rebuttably presumed to be

socially and economically disadvantaged:

“Black Americans”, which includes persons having origins in any of the Black racial groups of Africa;

“Hispanic Americans”, which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race;

“Native Americans”, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians.

“Asian-Pacific Americans”, which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, or Federated States of Micronesia;

“Subcontinent Asian Americans”, which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka;

Women; Any additional groups whose members are designated as socially and economically

disadvantaged by the SBA, at such time as the SBA designation becomes effective. K. Commercially Useful Function (“CUF”) means the DBE is responsible for the execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved with its own forces and equipment. The DBE must be responsible for procuring, determining quantity, negotiating price, determining quality and paying for all materials (where applicable) associated with their work. The DBE must also perform at least 30% of the total cost of its contract with its own workforce. II. ADMINISTRATIVE REQUIREMENTS A. General Requirements

A DBE goal percentage equaling __5__ percent (%) of the Contract value has been established for this Contract. This DBE goal percentage will be applied to the final Contract value to ultimately determine the required DBE goal. If additional work is required, DBE firms should be provided the appropriate opportunities to achieve the required DBE goal. In order to receive credit toward the Contract DBE goal, the firms utilized as DBE subcontractors or suppliers must be certified as DBEs in the type of work to be counted for credit by CTDOT’s Office of Contract Compliance prior to the date of the execution of the subcontract. Neither CTDOT nor the State of Connecticut’s Unified Certification Program (UCP) makes any representation as to any DBE’s

171-401 & 171-402 98

Page 99: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

technical or financial ability to perform the work. Prime contractors are solely responsible for performing due diligence in hiring DBE subcontractors. All DBEs shall perform a CUF for the work that is assigned to them. The Contractor shall monitor and ensure that the DBE is in compliance with this requirement. The Connecticut DBE UPC Directory of certified firms can be found on the CTDOT website http://www.ct.gov/dot. The directory lists certified DBE firms with a description of services that they are certified to perform. Only work identified in this listing may be counted towards the project’s DBE goal. A DBE firm may request to have services added at any time by contacting CTDOT’s Office of Contract Compliance. No credit shall be counted for any DBE firm found not to be performing a CUF. Once a Contract is awarded, all DBEs that were listed on the pre-award DBE commitment document must be utilized. The Contractor is obligated to provide the value and items of the work originally established in the pre-award documentation to the DBE firms listed in the pre-award documentation. Any modifications to the pre-award commitment must follow the procedure established in Section II-C. The Contractor shall designate a liaison officer who will administer the Contractor's DBE program. Upon execution of this Contract, the name of the liaison officer shall be furnished in writing to CTDOT’s unit administering the Contract, CTDOT’s Office of Contract Compliance and CTDOT’s Office of Construction (“OOC”). Contact information for the designated liaison officer shall be furnished no later than the scheduled date for the pre-construction meeting. The Contractor shall submit a bi-monthly report to the appropriate CTDOT unit administering the Contract. This report shall indicate what work has been performed to date, with the dollars paid and percentage of DBE goal completed. Verified payments made to DBEs shall be included in this bi-monthly report. A sample form is included on the CTDOT website. In addition, the report shall include:

1. A projected time frame of when the remaining work is to be completed for each DBE.

2. A statement by the Contractor either confirming that the approved DBEs are on schedule to meet the Contract goal, or that the Contractor is actively pursuing a GFE.

3. If retainage is specified in the Contract specifications, then a statement of certification that the subcontractors’ retainage is being released in accordance with 1.08.01 (Revised or supplemented).

Failure by the Contractor to provide the required reports may result in CTDOT withholding an amount equal to one percent (1%) of the monthly estimate until the required documentation is received. The Contractor shall receive DBE credit when a DBE, or any combination of DBEs, perform work under the Contract in accordance with this specification. Only work actually performed by and/or services provided by DBEs which are certified for such work and/or services, as verified by CTDOT, can be counted toward the DBE goal. Supplies and equipment a DBE purchases or leases from the Contractor or its affiliate cannot be counted toward the goal.

171-401 & 171-402 99

Page 100: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

Monitoring of the CUF will occur by CTDOT throughout the life of the project. If it is unclear that the DBE is performing the work specified in its subcontract with the prime Contractor, further review may be required. If it is determined that the DBE is not performing a CUF, then the work performed by that DBE will not be counted towards the DBE goal percentage.

B. Subcontract Requirements

The Contractor shall submit to CTDOT’s OOC all requests for subcontractor approvals on the standard CLA-12 forms provided by CTDOT. The dollar amount and items of work identified on the CLA-12 form must, at minimum, equal the dollar value submitted in the pre-award commitment. CLA-12 forms can be found at http://www.ct.gov/dot/construction under the “Subcontractor Approval” section. All DBE subcontractors must be identified on the CLA-12 form, regardless of whether they are being utilized to meet a Contract goal percentage. A copy of the legal Contract between the Contractor and the DBE subcontractor/supplier, a copy of the Title VI Contractor Assurances and a copy of the Required Contract Provision for Federal Aid Construction Contracts (Form FHWA-1273) (Federal Highway Administration projects only) must be submitted along with a request for subcontractor approval. These attachments cannot be substituted by reference. If retainage is specified in the Contract specifications, then the subcontract agreement must contain a prompt payment mechanism that acts in accordance with Article 1.08.01 (Revised or supplemented). If the Contract specifications do not contain a retainage clause, the Contractor shall not include a retainage clause in any subcontract agreement, and in this case, if a Contractor does include a retainage clause, it shall be deemed unenforceable. In addition, the following documents are to be included with the CLA-12, if applicable:

An explanation indicating who will purchase material.

A statement explaining any method or arrangement for utilization of the Contractor’s equipment.

The subcontract must show items of work to be performed, unit prices and, if a partial item, the work involved by all parties. If the subcontract items of work or unit prices are modified, the procedure established in Section II-C must be followed. Should a DBE subcontractor further sublet items of work assigned to it, only lower tier subcontractors who are certified as a DBE firm will be counted toward the DBE goal. If the lower tier subcontractor is a non-DBE firm, the value of the work performed by that firm will not be counted as credit toward the DBE goal. The use of joint checks between a DBE firm and the Contractor is acceptable, provided that written approval is received from the OOC prior to the issuance of any joint check. Should it become necessary to issue a joint check between the DBE firm and the Contractor to purchase materials, the DBE firm must be responsible for negotiating the cost, determining the quality and quantity, ordering the material and installing (where applicable), and administering the payment to the supplier. The Contractor should not make payment directly to suppliers.

171-401 & 171-402 100

Page 101: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

Each subcontract the Contractor signs with a subcontractor must contain the following assurance: “The subcontractor/supplier/manufacturer shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor/subcontractor/supplier/manufacturer to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.” C. Modification to Pre-Award Commitment Contractors may not terminate for convenience any DBE subcontractor or supplier that was listed on the pre-award DBE commitment without prior written approval of the OOC. This includes, but is not limited to, instances in which a Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. Prior to approval, the Contractor must demonstrate to the satisfaction of the OOC, that it has good cause, as found in 49CFR Part 26.53 (f)(3), for termination of the DBE firm. Before transmitting its request for approval to terminate pre-award DBE firms to the OOC, the Contractor must give written notice to the DBE subcontractor and include a copy to the OOC of its notice to terminate and/or substitute, and the reason for the notice. The Contractor must provide five (5) days for the affected DBE firm to respond. This affords the DBE firm the opportunity to advise the OOC and the Contractor of any reasons why it objects to the termination of its subcontract and why the OOC should not approve the Contractor’s action. Once the Contract is awarded, should there be any amendments or modifications of the approved pre-award DBE submission other than termination of a DBE firm, the Contractor shall follow the procedure below that best meets the criteria associated with the reason for modification:

1. If the change is due to a scope of work revision or non-routine quantity revision by CTDOT, the Contractor must notify CTDOT’s OOC in writing or via electronic mail that their DBE participation on the project may be impacted as soon as they are aware of the change. In this case, a release of work from the DBE firm may not be required; however the Contractor must concurrently notify the DBE firm in writing, and copy the OOC for inclusion in the project DBE file. This does not relieve the Contractor of its obligation to meet the Contract specified DBE goal, or of any other responsibility found in this specification.

2. If the change is due to a factor other than a CTDOT directive, a request for approval in writing or

via electronic mail of the modification from the OOC must be submitted, along with an explanation of the change(s), prior to the commencement of work. The Contractor must also obtain a letter of release from the originally named DBE indicating their concurrence with the change, and the reason(s) for their inability to perform the work. In the event a release cannot be obtained, the Contractor must document all efforts made to obtain it.

3. In the event a DBE firm that was listed in the pre-award documents is unable or unwilling to

perform the work assigned, the Contractor shall:

171-401 & 171-402 101

Page 102: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

Notify the OOC Division Chief immediately and make efforts to obtain a release of work from the firm.

Submit documentation that will provide a basis for the change to the OOC for review and

approval prior to the implementation of the change.

Use the DBE Directory to identify and contact firms certified to perform the type of work that was assigned to the unable or unwilling DBE firm. The Contractor should also contact CTDOT’s Office of Contract Compliance for assistance in locating additional DBE firms to the extent needed to meet the contract goal.

Should a DBE subcontractor be terminated or fail to complete work on the Contract for any reason, the Contractor must make a GFE to find another DBE subcontractor to substitute for the original DBE. The DBE replacement shall be given every opportunity to perform at least the same amount of work under the Contract as the original DBE subcontractor. If the Contractor is unable to find a DBE replacement:

The Contractor should identify other contracting opportunities and solicit DBE firms in an effort to meet the Contract DBE goal requirement, if necessary, and provide documentation to support a GFE. (Refer to GFE in Section III.)

The Contractor must demonstrate that the originally named DBE, who is unable or unwilling

to perform the work assigned, is in default of its subcontract, or identify other issues that affected the DBE firm’s ability to perform the assigned work. The Contractor's ability to negotiate a more advantageous agreement with another subcontractor is not a valid basis for change.

III. GOOD FAITH EFFORTS The DBE goal is NOT reduced or waived for projects where the Contractor receives a Pre-Award GFE determination from the Office of Contract Compliance prior to the award of the Contract. It remains the responsibility of the Contractor to make a continuing GFE to achieve the specified Contract DBE goal. The Contractor shall pursue every available opportunity to obtain additional DBE firms and document all efforts made in such attempts. At the completion of all Contract work, the Contractor shall submit a final report to CTDOT`s unit administering the Contract indicating the work done by and the dollars paid to DBEs. Only verified payments made to DBEs performing a CUF will be counted towards the Contract goal. Goal attainment is based on the total Contract value, which includes all construction orders created during the Contract. If the Contractor does not achieve the specified Contract goal for DBE participation or has not provided the value of work to the DBE firms originally committed to in the pre-award submission, the Contractor shall submit documentation to CTDOT`s unit administering the Contract detailing the GFE made during the performance of the Contract to satisfy the goal. A GFE should consist of the following, where applicable (CTDOT reserves the right to request additional information):

171-401 & 171-402 102

Page 103: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

1. A detailed statement of the efforts made to replace an unable or unwilling DBE firm, and a

description of any additional subcontracting opportunities that were identified and offered to DBE firms in order to increase the likelihood of achieving the stated goal.

2. A detailed statement, including documentation of the efforts made to contact and solicit bids

from certified DBEs, including the names, addresses, and telephone numbers of each DBE firm contacted; the date of contact and a description of the information provided to each DBE regarding the scope of services and anticipated time schedule of work items proposed to be subcontracted and the response from firms contacted.

3. Provide a detailed explanation for each DBE that submitted a subcontract proposal which

the Contractor considered to be unacceptable stating the reason(s) for this conclusion. 4. Provide documentation, if any, to support contacts made with CTDOT requesting assistance

in satisfying the specified Contract goal. 5. Provide documentation of all other efforts undertaken by the Contractor to meet the defined

goal. Additional documentation of efforts made to obtain DBE firms may include but will not be limited to: Negotiations held in good faith with interested DBE firms, not rejecting them without

sound reasons. Written notice provided to a reasonable number of specific DBE firms in sufficient time

to allow effective participation. Those portions of work that could be performed by readily available DBE firms.

In instances where the Contractor can adequately document or substantiate its GFE and compliance with other DBE Program requirements, the Contractor will have satisfied the DBE requirement and no administrative remedies will be imposed.

IV. PROJECT COMPLETION At the completion of all Contract work, the Contractor shall:

1. Submit a final report to CTDOT`s unit administering the Contract indicating the work done by, and the dollars paid to DBEs.

2. Submit verified payments made to all DBE subcontractors for the work that was completed.

3. Submit documentation detailing any changes to the DBE pre-award subcontractors that have not

met the original DBE pre-award commitment, including copies of the Department’s approvals of those changes.

4. Retain all records for a period of three (3) years following acceptance by CTDOT of the Contract

and those records shall be available at reasonable times and places for inspection by authorized representatives of CTDOT and Federal agencies. If any litigation, claim, or audit is started before

171-401 & 171-402 103

Page 104: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

the expiration of the three (3) year period, the records shall be retained until all litigation, claims, or audit findings involving the records are resolved.

If the Contractor does not achieve the specified Contract goal for DBE participation in addition to meeting the dollar value committed to the DBE subcontractors identified in the pre-award commitment, the Contractor shall submit documentation to CTDOT`s unit administering the Contract detailing the GFE made during the performance of the Contract to satisfy the goal.

V. SHORTFALLS A. Failure to meet DBE goals As specified in (II-A) above, attainment of the Contract DBE goal is based on the final Contract value. The Contractor is expected to achieve the amount of DBE participation originally committed to at the time of award; however, additional efforts must be made to provide opportunities to DBE firms in the event a Contract’s original value is increased during the life of the Contract. The Contractor is expected to utilize the DBE subcontractors originally committed in the DBE pre-award documentation for the work and dollar value that was originally assigned. If a DBE is terminated or is unable or unwilling to complete its work on a Contract, the Contractor shall make a GFE to replace that DBE with another certified DBE to meet the Contract goal. The Contractor shall immediately notify the OOC of the DBE’s inability or unwillingness to perform, and provide reasonable documentation and make efforts to obtain a release of work from the firm. If the Contractor is unable to find a DBE replacement, then the Contractor should identify other contracting opportunities and solicit DBE firms in an effort to meet the Contract DBE goal requirement, if necessary, and provide documentation to support a GFE. When a DBE is unable or unwilling to perform, or is terminated for just cause, the Contractor shall make a GFE to find other DBE opportunities to increase DBE participation to the extent necessary to at least satisfy the Contract goal. For any DBE pre-award subcontractor that has been released appropriately from the project, no remedy will be assessed, provided that the Contractor has met the criteria described in Section II-C. B. Administrative Remedies for Non-Compliance: In cases where the Contractor has failed to meet the Contract specified DBE goal or the DBE pre-award commitment, and where no GFE has been demonstrated, then one or more of the following administrative remedies will be applied:

1. A reduction in Contract payments to the Contractor as determined by CTDOT, not to exceed the shortfall amount of the DBE goal. The maximum shortfall will be calculated by multiplying the

171-401 & 171-402 104

Page 105: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

Contract DBE goal (adjusted by any applicable GFE) by the final Contract value, and subtracting any verified final payments made to DBE firms by the Contractor.

2. A reduction in Contract payments to the Contractor determined by CTDOT, not to exceed the

shortfall amount of the pre-award commitment. The maximum shortfall will be calculated by subtracting any verified final payments made by the Contractor to each DBE subcontractor from the amount originally committed to that subcontractor in the pre-award commitment.

3. A reduction in Contract payments to the Contractor determined by CTDOT for any pre-award

DBE subcontractor who has not obtained the dollar value of work identified in the DBE pre-award commitment and has not followed the requirements of Section II-C or for any DBE firm submitted for DBE credit that has not performed a CUF.

4. The Contractor being required to submit a written DBE Program Corrective Action Plan to CTDOT for review and approval, which is aimed at ensuring compliance on future projects.

5. The Contractor being required to attend a Non-Responsibility Meeting on the next contract where

it is the apparent low bidder.

6. The Contractor being suspended from bidding on contracts for a period not to exceed six (6) months.

VI. CLASSIFICATIONS OTHER THAN SUBCONTRACTORS A. Material Manufacturers

Credit for DBE manufacturers is 100% of the value of the manufactured product. A manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the Contractor.

If the Contractor elects to utilize a DBE manufacturer to satisfy a portion of, or the entire specified DBE goal, the Contractor must provide the OOC with:

Subcontractor Approval Form (CLA-12) indicating the firm designation, An executed “Affidavit for the Utilization of Material Suppliers or Manufacturers" (sample

attached), and Substantiation of payments made to the supplier or manufacturer for materials used on the project.

B. Material Suppliers (Dealers) Credit for DBE dealers/suppliers is limited to 60% of the value of the material to be supplied, provided such material is obtained from an approved DBE dealer/supplier. In order for a firm to be considered a regular dealer, the firm must own, operate, or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. At least one of the following criteria

171-401 & 171-402 105

Page 106: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

must apply:

To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question.

A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating or maintaining a place of business if the person both owns and operates distribution equipment for the products. Any supplementing of the regular dealers’ own distribution equipment shall be by long term lease agreement, and not on an ad hoc or contract to contract basis.

Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph.

If the Contractor elects to utilize a DBE supplier to satisfy a portion or the entire specified DBE goal, the Contractor must provide the OOC with:

Subcontractor Approval Form (CLA-12) indicating the firm designation, An executed “Affidavit for the Utilization of Material Suppliers or Manufacturers" (sample

attached), and Substantiation of payments made to the supplier or manufacturer for materials used on the project.

C. Brokering

Brokering of work for DBE firms who have been listed by the Department as certified brokers is allowed. Credit for those firms shall be applied following the procedures in Section VI-D.

Brokering of work by DBEs who have been approved to perform subcontract work with their own workforce and equipment is not allowed, and is a Contract violation.

Firms involved in the brokering of work, whether they are DBEs and/or majority firms who

engage in willful falsification, distortion or misrepresentation with respect to any facts related to the project shall be referred to the U.S. DOT, Office of the Inspector General for prosecution under Title 18, U.S. Code, Part I, Chapter 47, Section 1020.

D. Non-Manufacturing or Non-Supplier DBE Credit

Contractors may count towards their DBE goals the following expenditures with DBEs that are not manufacturers or suppliers:

Reasonable fees or commissions charged for providing a bona fide service such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment materials or supplies necessary for the performance of the Contract, provided that the fee or commission is determined by the OOC to be reasonable and consistent with fees customarily allowed for similar services.

The fees charged only for delivery of materials and supplies required on a job site when the hauler,

trucker, or delivery service is a DBE, and not the manufacturer, or regular dealer of the materials and

171-401 & 171-402 106

Page 107: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

supplies, and provided that the fees are determined by the OOC to be reasonable and not excessive as compared with fees customarily allowed for similar services.

The fees or commissions charged for providing bonds or insurance specifically required for the performance of the Contract, provided that the fees or commissions are determined by CTDOT to be reasonable and not excessive as compared with fees customarily allowed for similar services.

E. Trucking

While technically still considered a subcontractor, the rules for counting credit for DBE trucking firms are as follows:

The DBE must own and operate at least one fully licensed, insured, and operational truck used on the Contract.

The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures and operates using drivers it employs.

The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract.

The DBE may lease trucks from a non-DBE firm; however the DBE may only receive credit for any fees or commissions received for arranging transportation services provided by the non-DBE firms. Additionally, the DBE firm must demonstrate that they are in full control of the trucking operation for which they are seeking credit.

VII. Suspected DBE Fraud In appropriate cases, CTDOT will bring to the attention of the USDOT any appearance of false, fraudulent, or dishonest conduct in connection with the DBE program, so that USDOT can take the steps, e.g. referral to the Department of Justice for criminal prosecution, referral to USDOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules provided in 49 CFR Part 31.

171-401 & 171-402 107

Page 108: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

January 2013

DISADVANTAGED BUSINESS ENTERPRISE

CONNECTICUT DEPARTMENT OF TRANSPORTATION (OFFICE OF CONSTRUCTION)

BUREAU OF ENGINEERING AND CONSTRUCTION

This affidavit must be completed by the State Contractor's DBE notarized and attached to the contractor's request to utilize a DBE supplier or manufacturer as a credit towards its DBE contract requirements; failure to do so will result in not receiving credit towards the contract DBE requirement.

State Contract No.

Federal Aid Project No.

Description of Project I, _______________________________________, acting in behalf of __________________________________________, (Name of person signing Affidavit) (DBE person, firm, association or corporation) of which I am the ______________________________ certify and affirm that ________________________________________ (Title of Person) (DBE person, firm, association or corporation) is a certified Connecticut Department of Transportation DBE. I further certify and affirm that I have read and understand 49 CFR, Sec. 26.55(e)(2), as the same may be revised. I further certify and affirm that ____________________________________________________________ will assume the actual and (DBE person, firm, association or Corporation) for the provision of the materials and/or supplies sought by ________________________________________________________ . If a manufacturer, I operate or maintain a factory or establishment that produces, on the premises, the materials, supplies, articles or equipment required under the contract an of the general character described by the specifications. If a supplier, I perform a commercially useful function in the supply process. As a regular dealer, I, at a minimum, own and operate the distribution equipment for bulk items. Any supplementing of my distribution equipment shall be by long-term lease agreement, and not on an ad hoc or contract-by-contract basis. I understand that false statements made herein are punishable by Law (Sec. 53a-157), CGS, as revised). (Name of Corporation or Firm) (Signature & Title of Official making the Affidavit) Subscribed and sworn to before me, this day of 20 . Notary Public (Commissioner of the Superior Court)

My Commission Expires

CERTIFICATE OF CORPORATION

I, , certify that I am the _____________________________ (Official) (President)

of the Corporation named in the foregoing instrument; that I have been duly authorized to affix the seal of the Corporation to such papers as require the seal; that , who signed said instrument on behalf of the Corporation, was then of said corporation; that said instrument was duly signed for and in behalf of said Corporation by authority of its governing body and is within the scope of its corporation powers.

_______________________________ __________________ (Signature of Person Certifying) (Date)

171-401 & 171-402 108

Page 109: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

ITEM #0020903A - LEAD COMPLIANCE FOR MISCELLANEOUS EXTERIOR TASKS Description: Work under this item shall include the special handling measures and work practices required for miscellaneous exterior tasks that impact materials containing or covered by lead paint. Lead paint includes paint found to contain any detectable amount of lead by Atomic Absorption Spectrophotometry (AAS) or X-Ray Fluorescence (XRF). Examples of typical miscellaneous exterior tasks includes; work impacting signs, guiderails, minor bridge rehabilitation, catenary structures, canopy structures, spot/localized paint removal, etc. All activities shall be performed in accordance with the OSHA Lead in Construction Regulations (29 CFR 1926.62), the USEPA RCRA Hazardous Waste Regulations (40 CFR Parts 260 through 274), and the CTDEEP Hazardous Waste Regulations (RCSA 22a-209-1 and 22a-449(c)). All activities shall be performed by individuals with appropriate levels of OSHA lead awareness and hazard communication training and shall supervised by the Contractors Competent Person on the job site at all times. The Contractors Competent Person is one who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. Deviations from these Specifications require the written approval of the Engineer. Materials: All materials shall be delivered to the job site in the original packages, containers, or bundles bearing the name of the manufacturer, the brand name and product technical description, with MSDS sheets as applicable. No damaged or deteriorating materials shall be used. If material becomes contaminated with lead, the material shall be decontaminated or disposed of as lead-containing waste material. The cost to decontaminate and dispose of this material shall be at the expense of the Contractor. The following material requirements are to be met if to be used during the work: Fire retardant polyethylene sheet shall be in roll size to minimize the frequency of joints, with factory label indicating minimum six (6) mil thickness. Polyethylene disposable bags shall be minimum six (6) mils thick. Tape (or equivalent) product capable of sealing joints in adjacent polyethylene sheets and for the attachment of polyethylene sheets to finished or unfinished surfaces must be capable of adhering under both dry and wet conditions.

171-401 & 171-402 109

Page 110: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Cleaning Agents and detergent shall be lead specific, such as TriSodium Phosphate (TSP). Chemical strippers and chemical neutralizers shall be compatible with the substrate as well as with each other. Such chemical stripper shall contain less than 50% Volatile Organic Compounds (VOCs) by weight in accordance with RCSA 22a-174-40 Table 40-1. Labels and warning signs shall conform to 29 CFR 1926.62, 40 CFR 260 through 274 and 49 CFR 172 as appropriate. Air filtration devices and vacuum units shall be equipped with High-Efficiency Particulate Air (HEPA) filters. Construction Methods: (1) Pre-Abatement Submittals and Notices A. Prior to the start of any work on a contiguous per site basis that will generate hazardous lead waste above conditionally exempt small quantities (greater than 100 kg/month or greater than 1000 kg at any time), the Contractor shall obtain from the Engineer on a contiguous per site basis a temporary EPA Hazardous Waste Generators ID number, unless otherwise directed by the Engineer. Temporary EPA ID numbers are good for six months from the date they are issued and can be extended once, for a maximum of six months and can’t be used for longer than one year. The Contractor will be responsible for notifying the Engineer when an extension is needed. B. Fifteen (15) working days prior to beginning work that impacts lead paint, the Contractor shall submit the following to the Engineer:

1. Work plan for work impacting lead paint including engineering controls, methods of containment of debris and work practices to be employed, as needed, to minimize employee exposure and prevent the spread of lead contamination outside the Regulated Area.

2. Copies of all employee certificates, dated within the previous twelve (12) months, relating to OSHA lead awareness and hazard communication training and training in the use of lead-safe work practices. SSPC training programs may be accepted as meeting these requirements if it can be demonstrated that such training addressed all required topics.

This information shall be updated and resubmitted annually, or as information changes, for the duration of the activities impacting lead to verify continued compliance.

3. Name and qualifications of Contractor’s OSHA Competent Person under 29 CFR

1926.62.

171-401 & 171-402 110

Page 111: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

4. Documentation from the Contractor, typed on company letterhead and signed by the

Contractor, certifying that all employees listed therein have received the following:

a. medical monitoring within the previous twelve (12) months, as required in 29 CFR 1926.62;

b. biological monitoring within the previous six (6) months, as required in 29 CFR 1926.62;

c. respirator fit testing within the previous twelve (12) months, as required in 29 CFR 1910.134 (for those who don a tight-fitting face piece respirator)

This information shall be updated and resubmitted annually, or as information changes, for the duration of the activities impacting lead to verify continued compliance.

5. Names of the proposed scrap metal recycling facilities. The Contractor shall submit to

the Engineer all documentation necessary to demonstrate the selected facility is able to accept lead-painted scrap metal.

6. Names of the proposed hazardous waste disposal facility (selected from the

Department approved list provided herein), and copies of each facilities acceptance criteria and sampling frequency requirements.

7. Copies of the proposed hazardous waste transporters current USDOT Certificate of

Registration for Hazardous Materials Transport, and the proposed transporters current Hazardous Waste Transporter Permits for the State of Connecticut and the waste destination State.

8. Negative exposure assessments conducted within the previous 12 months documenting that employee exposure to lead for each task is below the OSHA Action Level of 30 μg/m3. If a negative exposure assessment has not been conducted, the Contractor shall submit its air monitoring program for the work tasks as part of the Work Plan. Until a negative exposure assessment is developed for each task impacting lead paint, the Contractor shall ensure that all workers and authorized persons entering the Regulated Area wear protective clothing and respirators in accordance with OSHA 29 CFR 1926.62.

No activity shall commence until all required submittals have been received and found acceptable to the Engineer. Those employees added to the Contractor's original list will be allowed to perform work only upon submittal of acceptable documentation to, and review by, the Engineer. Contractor shall provide the Engineer with a minimum of 48 hours notice in advance of scheduling, changing or canceling work activities.

171-401 & 171-402 111

Page 112: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

(2) Lead Abatement Provisions A. General Requirements:

All employees of the Contractor who perform work impacting lead paint shall be properly trained to perform such duties. In addition, the Contractor shall instruct all workers in all aspects of personnel protection, work procedures, emergency evacuation procedures and use of equipment including procedures unique to this project. Contractor shall provide all labor, materials, tools, equipment, services, testing, and incidentals which are necessary or required to perform the work in accordance with applicable governmental regulations, industry standards and codes, and these Specifications. Prior to beginning work, the Engineer and Contractor shall perform a visual survey of each work area and review conditions. As necessary, the Contractor shall:

Shut down and lock out electrical power, including all receptacles and light fixtures, where feasible. The use or isolation of electrical power will be coordinated with all other ongoing uses of electrical power at the site.

If adequate electrical supply is not available at the site, the Contractor shall supply temporary power. Such temporary power shall be sufficient to provide adequate lighting and power the Contractor’s equipment. The Contractor is responsible for proper connection and installation of electrical wiring and shall ensure safe installation of electrical equipment in compliance with applicable electrical codes and OSHA requirements. If water is not available at the site for the Contractor’s use, the Contractor shall supply sufficient water for each shift to operate the wash facility/decontamination shower units in addition to the water needed at the work area. The Engineer may provide a Project Monitor to monitor compliance of the Contractor and protect the interests of the Department. In such cases, no activity impacting lead paint shall be performed until the Project Monitor is on-site. Where no Project Monitor will be provided, Contractor shall proceed at the direction of the Engineer. Environmental sampling, including ambient air sampling, TCLP waste stream sampling, and dust wipe sampling, will be conducted by the State as it deems necessary throughout the project. Air monitoring to comply with the Contractor’s obligations under OSHA remains solely responsibility of the Contractor. If at any time, procedures for engineering, work practice, administrative controls or other topics are anticipated to deviate from those documented in the submitted and accepted Lead Work Plan, the Contractor shall submit a modification of its existing plan for review and acceptance by the Engineer prior to implementing the change.

171-401 & 171-402 112

Page 113: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

If air samples collected outside of the Regulated Area during activities impacting lead paint indicate airborne lead concentrations greater than original background levels or 30 ug/m3, whichever is larger, or if at any time visible emissions of lead paint extend out from the Regulated Area, an examination of the Regulated Area shall be conducted and the cause of such emissions corrected. Cleanup of surfaces outside the Regulated Area using HEPA vacuum equipment or wet cleaning techniques shall be done prior to resuming work. Work outside the initial designated area(s) will not be paid for by the Engineer. The Contractor will be responsible for all costs incurred from these activities including repair of any damage. B. Regulated Area The Contractor shall establish a Regulated Area through the use of appropriate barrier tape or other means to control unauthorized access into the area where activities impacting lead paint are occurring. Warning signs meeting the requirements of 29 CFR 1926.62 shall be posted at all approaches to Regulated Areas. These signs shall read:

DANGER

LEAD WORK AREA MAY DAMAGE FERTILITY OR THE UNBORN CHILD

CAUSES DAMAGE TO THE CENTRAL NERVOUS SYSTEM DO NOT EAT, DRINK, OR SMOKE IN THIS AREA

The Contractor shall implement appropriate engineering controls such as poly drop cloths, local exhaust ventilation, wet dust suppression methods, etc. as necessary, and as approved by the Engineer, to prevent the spread of lead contamination beyond the Regulated Area in accordance with the Contractor’s approved work plan. Should the previously submitted work plan prove to be insufficient to contain the contamination, the Contractor shall modify its plan and submit it for review by the Engineer. C. Wash Facilities: The Contractor shall provide handwash facilities in compliance with 29 CFR 1926.51(f) and 29 CFR 1926.62 regardless of airborne lead exposure. If employee exposure to airborne lead exceeds the OSHA Permissible Exposure Limit of 50 micrograms per cubic meter (μg/m3), shower rooms must be provided. The Shower Room shall be of sufficient capacity to accommodate the number of workers. One shower stall shall be provided for each eight (8) workers. Showers shall be equipped with hot and cold or warm running water. Shower water shall be collected and filtered using best available technology and disposed of in accordance with all Federal, State and local laws, regulations and ordinances. D. Personal Protection:

171-401 & 171-402 113

Page 114: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

The Contractor shall initially determine if any employee performing construction tasks impacting lead paint may be exposed to lead at or above the OSHA Action Level of 30 μg/m3. Assessments shall be based on initial air monitoring results as well as other relevant information. The Contractor may rely on historical air monitoring data obtained within the past 12 months under workplace conditions closely resembling the process, type of material, control methods, work practices and environmental conditions used and prevailing in the Contractors current operations to satisfy the exposure assessment requirements. Monitoring shall continue as specified in the OSHA standard until a negative exposure assessment is developed. Until a negative exposure assessment is developed for each task impacting lead paint, the Contractor shall ensure that all workers and authorized person entering the Regulated Area wear protective clothing and respirators in accordance with OSHA 29 CFR 1926.62. Protective clothing shall include impervious coveralls with elastic wrists and ankles, head covering, gloves and foot coverings. Sufficient quantities shall be provided to last throughout the duration of the project. Protective clothing provided by the Contractor and used during chemical removal operations shall be impervious to caustic materials. Gloves provided by the Contractor and used during chemical removal shall be of neoprene composition with glove extenders. Respiratory protective equipment shall be provided and selection shall conform to 42 CFR Part 84, 29 CFR Part 1910.134, and 29 CFR Part 1926.62. A formal respiratory protection program must be implemented in accordance with 29 CFR Part 1926.62 and Part 1910.134. E. Air Monitoring Requirements The Contractor shall:

1. Provide air monitoring equipment including sample filter cassettes of the type and

quantity required to properly monitor operations and personnel exposure surveillance throughout the duration of the project.

2. Conduct initial exposure monitoring to determine if any employee performing

construction tasks impacting lead paint may be exposed to lead at or above the OSHA Action Level of 30 micrograms per cubic meter. Monitoring shall continue as specified in the OSHA standard until a negative exposure assessment is developed.

3. Conduct personnel exposure assessment air sampling, as necessary, to assure that

workers are using appropriate respiratory protection in accordance with OSHA Standard 1926.62. Documentation of air sampling results must be recorded at the work site within twenty-four (24) hours and shall be available for review until the job is complete.

F. Lead Abatement Procedures

171-401 & 171-402 114

Page 115: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

The Contractor’s Competent Person shall be at the job site at all times during work impacting lead. Work impacting lead paint shall not begin until authorized by the Engineer, following a pre-work visual inspection by the Project Monitor or Engineer to verify existing conditions. Any activity impacting lead painted surfaces shall be performed in a manner which minimizes the spread of lead dust contamination and generation of airborne lead. The Contractor shall conduct exposure assessments for all tasks which impact lead paint in accordance with 29 CFR 1926.62(d) and shall implement appropriate personal protective equipment until negative exposure assessments are developed. All work impacting the materials identified below shall be conducted within an established Regulated Area with a remote wash facility/decontamination system in accordance with “C. Wash Facilities” and the OSHA Lead in Construction Standard. In accordance with 29 CFR 1926.62, engineering controls and work practices shall be utilized to prevent the spread of lead dust and debris beyond the Regulated Area and limit the generation of airborne lead. All wastes containing lead paint shall be properly contained and secured for storage, transportation and disposal. The Contractor shall ensure proper entry and exit procedures for workers and authorized persons who enter and leave the Regulated Area. All workers and authorized persons shall leave the Regulated Area and proceed directly to the wash or shower facilities where they will HEPA vacuum gross debris from work suit, remove and dispose of work suit, wash and dry face and hands, and vacuum clothes. Lead chips and dust must not be removed by blowing or shaking of clothing. Wash water shall be collected, filtered, and disposed of in accordance with Federal, State and local water discharge standards. Any permit required for such discharge shall be the responsibility of the Contractor. No one shall eat, drink, smoke, chew gum or tobacco, or apply cosmetics while in the Regulated Area. Data from the limited lead testing performed by the Engineer is documented in the reports listed in the “Notice to Contractor – Hazardous Materials Investigations” or is presented herein. Under no circumstances shall this information be the sole means used by the Contractor for determining the extent of lead painted materials. The Contractor shall be responsible for verification of all field conditions affecting performance of the work as described in these Specifications in accordance with OSHA, USEPA, USDOT and CTDEEP standards. Compliance with the applicable requirements is solely the responsibility of the Contractor. The following details the extent of each phase of operation designated for this project. Phase areas may be combined or divided at the direction of the Engineer. Proceed through the sequencing of the work phases under the direction of the Engineer.

171-401 & 171-402 115

Page 116: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Traffic Signal Int. No. 079-210, Route 5 at Westfield Rd. & Britannia St., Meriden

All span poles were wood (unpainted). Pedestrian crosswalk pedestals were galvanized (unpainted). The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. No detectable amounts of lead in paint were found on the yellow crosswalk

hoods/push buttons and grey painted metal controller cabinet.

Traffic light components Metal Yellow Presumed

Crosswalk Hoods/Push Buttons Metal Yellow 0.0 mg/cm2

ND<0.10% by weight

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Since no detectable amounts of lead were present on painted metal surfaces of the crosswalk hoods/push buttons and controller cabinet, any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 011-209, Route 218 at North Drive to CIGNA, Bloomfield

One span pole was wood (unpainted). Detectable amounts of lead in paint were found on the second grey/red painted

metal span pole. There were no pedestrian crosswalk pedestals/hoods. The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. Controller cabinet was unpainted.

Traffic light components Metal Yellow Presumed

Span Pole Metal Grey/Red0.1 mg/cm2

0.24% by weight

Projected paint waste debris associated with the grey/red painted span pole was

characterized as non-hazardous, non-RCRA waste.

Paint debris 0.89 mg/L

171-401 & 171-402 116

Page 117: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Traffic lights themselves shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 025-225, Route 10 at Maplecroft Shopping Center, Cheshire

One span pole was wood (unpainted). No detectable amounts of lead in paint were found on the second grey painted metal

span pole. Pedestrian crosswalk pedestals were galvanized (unpainted). The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. Detectable amount of lead were identified on the yellow crosswalk hoods/push

buttons. No detectable amounts of lead were identified on the painted metal controller

cabinet.

Span Pole Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Traffic light components Metal Yellow Presumed

Crosswalk Hoods/Push Buttons Metal Yellow 0.1-1.0 mg/cm2

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Projected paint waste debris associated with the yellow crosswalk hoods/push buttons was characterized as non-hazardous, non-RCRA waste.

Paint debris 4.3 mg/L

Since no detectable amounts of lead were present on painted metal surfaces of the

grey painted span pole and the controller cabinet, any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 042-251, S.R. 502 at Rolling Meadow Drive, East Hartford

One span pole was wood (unpainted). No detectable amounts of lead in paint were found on the second grey painted metal

171-401 & 171-402 117

Page 118: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

span pole. Pedestrian crosswalk pedestals were galvanized (unpainted). The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. Detectable amount of lead were identified on the yellow traffic light on pole. No detectable amounts of lead were identified on painted metal controller cabinet.

Span Pole Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Traffic light components Metal Yellow Presumed

Traffic light on Pole Metal Yellow 1.1 mg/cm2

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Projected paint waste debris associated with the yellow traffic light on pole was characterized as non-hazardous, non-RCRA waste.

Paint debris 4.4 mg/L

Since no detectable amounts of lead were present on painted metal surfaces of the

grey painted span pole and the controller cabinet, any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 088-247, Route 71 at Paul J. Manafort Drive & Francis Street, New Britain

All span poles were galvanized (unpainted). Pedestrian crosswalk pedestals were galvanized (unpainted). The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. Detectable amounts of lead were identified on the yellow painted crosswalk

hoods/push buttons. No detectable amounts of lead in paint were identified on the painted metal

controller cabinet.

Traffic light components Metal Yellow Presumed

171-401 & 171-402 118

Page 119: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Crosswalk Hoods/Push Buttons Metal Yellow 1.2 mg/cm2

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Since no detectable amounts of lead were present on the painted metal surfaces of the metal controller cabinet any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves and yellow painted crosswalk hoods/push buttons shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 088-279, Route 71 at Firehouse Lane, New Britain

One span pole was wood (unpainted). No detectable amounts of lead in paint were found on the second grey painted metal

span pole. There were no pedestrian crosswalk pedestals/hoods. The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. Detectable amount of lead were identified on the black/yellow traffic light on span

pole & yellow/green crosswalk push buttons. No detectable amounts of lead were identified on the painted metal controller

cabinet.

Span Pole Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Traffic light components Metal Yellow Presumed

Crosswalk Hoods/Push Buttons/Traffic Signal on Span Pole

Metal Yellow/GreenYellow/Black

0.1 mg/cm2

0.11% by weight

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Projected paint waste debris associated with the black/yellow traffic light on span pole was characterized as non-hazardous, non-RCRA waste.

Paint debris 0.78 mg/L

Since no detectable amounts of lead were present on painted metal surfaces of the

grey painted span pole and the controller cabinet, any paint waste generated would be classified as non-hazardous, non-RCRA waste.

171-401 & 171-402 119

Page 120: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Traffic lights themselves and yellow/green painted crosswalk hoods/push buttons shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 109-201, Route 10 at Whiting Street, Plainville

All span poles were galvanized (unpainted). There were no pedestrian crosswalk pedestals/hoods. The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. No detectable amounts of lead in paint were identified on the painted metal

controller cabinet.

Traffic light components Metal Yellow Presumed

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Since no detectable amounts of lead were present on the painted metal surfaces of the metal controller cabinet any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves shall be removed without any impact to the lead

components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 118-209, Route 99 at Town Line Road, Rocky Hill

One (1) span pole was galvanized (unpainted) and 1 span pole was wood (unpainted).

Pedestrian crosswalk pedestals were galvanized (unpainted). The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. Detectable amounts of lead paint were found on yellow painted metal surfaces of the

crosswalk hoods/push buttons. No detectable amounts of lead in paint were found on the painted metal controller

cabinet.

Traffic light components Metal Yellow Presumed

Crosswalk Push Hoods/Push Buttons Metal Yellow/Green 0.6 mg/cm2

171-401 & 171-402 120

Page 121: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Since no detectable amounts of lead were present on the painted metal controller cabinet any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves and yellow painted crosswalk hoods/push buttons shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 131-233, Route 322 at Interstate 691 WB Off-Ramp, Southington

No detectable amounts of lead in paint were found on the three (3) grey painted metal span poles.

There were no pedestrian crosswalk pedestals/hoods. The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. No detectable amounts of lead were identified on the painted metal controller

cabinet.

Span Poles Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Traffic light components Metal Yellow Presumed

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Since no detectable amounts of lead were present on painted metal surfaces of the grey painted span poles and the controller cabinet, any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 159-230, Route 175 at Goff Road, Wethersfield

One span pole was wood (unpainted). No detectable amounts of lead in paint were found on the 2 grey painted metal span

poles. Pedestrian crosswalk pedestals were galvanized (unpainted). The paint associated with the metal traffic lights themselves and yellow crosswalk

171-401 & 171-402 121

Page 122: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

push buttons are presently presumed to be lead containing. No detectable amounts of lead in paint was found on the grey painted metal

controller cabinet.

Span Poles Metal Grey 0.0 mg/cm2

ND<0.10% by weight Traffic light components/Crosswalk Push Buttons

Metal Yellow Presumed

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Since no detectable amounts of lead were present on painted metal surfaces of the grey painted span poles and the metal controller cabinet, any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves and yellow painted crosswalk push buttons shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

Traffic Signal Int. No. 165-213, Route 140 at Route 159 – South Junction, Windsor Locks

All span poles were galvanized (unpainted). Pedestrian crosswalk pedestals were galvanized (unpainted). The paint associated with the metal traffic lights themselves are presently presumed

to be lead containing. No detectable amounts of lead in paint were identified on the yellow/black painted

crosswalk hoods, yellow push buttons or painted metal controller cabinet.

Traffic light components Metal Yellow Presumed

Crosswalk Hoods/Push Buttons Metal Yellow/Black0.0 mg/cm2

ND<0.10% by weight

Control Cabinet Metal Grey 0.0 mg/cm2

ND<0.10% by weight

Since no detectable amounts of lead were present on the yellow/black painted crosswalk hoods, yellow push buttons or painted metal controller cabinet, any paint waste generated would be classified as non-hazardous, non-RCRA waste.

Traffic lights themselves shall be removed without any impact to the lead components, but if lead paint waste is generated it should be tested for TCLP lead to determine waste disposal.

171-401 & 171-402 122

Page 123: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

While conducting work to the traffic signal equipment, where it is necessary to impact the lead painted surfaces, the Contractor shall either:

a. Remove the paint to be impacted prior to impacting the substrate in accordance with OSHA Lead in Construction Standard 29CFR 1926.62, or

b. Impact the substrate using mechanical means with the paint in place in accordance with OSHA Lead in Construction Standard 29CFR 1926.62.

Traffic lights, crosswalk signal lamp hoods, crosswalk push buttons, etc. with identified or presumed lead painted surfaces shall be removed in a manner as to not impact the lead paint (unbolt, cut non-painted surfaces, etc.) and to not generate lead paint waste. The painted metal component shall then be recycled as scrap metal regardless of lead content. If lead paint waste from those components is generated it shall be tested via TCLP (lead) for waste disposal characterization. The Contractor shall submit a Work Plan to ConnDOT outlining the exact procedures that will be used to perform the work, contain the spread of lead debris and protect the employees performing the required renovation work impacting the lead paint. No work shall be started by the Contractor until the Work Plan is approved by the Engineer. All work impacting the lead paint materials shall be conducted within an established Regulated Area with a remote wash facility/decontamination system in accordance with “C. Wash Facilities” and the OSHA Lead in Construction Standard. In accordance with 29 CFR 1926.62, engineering controls and work practices shall be utilized to prevent the spread of lead dust and debris beyond the Regulated Area and limit the generation of airborne lead. All wastes containing lead paint shall be properly contained and secured for storage, transportation and disposal. At Intersection Nos. 011-209 (span pole), 025-225 (hoods/buttons), 042-251 (traffic light on pole) & 088-279 (traffic light on span pole), the Engineer has characterized the paint waste stream as non-hazardous. If the paint is required to be removed from the metal surfaces of the traffic signal components, the paint shall be handled and disposed of as non-hazardous, non-RCRA waste as described under this Item 0020903A. All steel and metal components generated from the miscellaneous exterior work tasks (painted or not) shall be segregated and recycled as scrap metal. The recycling of scrap metal (regardless of lead paint concentration) is exempt from USEPA RCRA and CTDEEP Hazardous Waste Regulation. Should lead contamination be discovered outside of the Regulated Area, the Contractor shall immediately stop all work in the Regulated Area, eliminate causes of such contamination and take steps to decontaminate non-work areas.

171-401 & 171-402 123

Page 124: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Special Requirements: 1. Demolition/Renovation:

a. Demolish/renovate in a manner which minimizes the spread of lead contamination

and generation of lead dust. b. Implement dust suppression controls, such as misters, local exhaust ventilation,

etc. to minimize the generation of airborne lead dust. c. Segregate work areas from non-work areas through the use or barrier tape, drop

cloths, etc. d. Clean up immediately after renovation/demolition has been completed

2. Chemical Removal:

a. Apply chemical stripper in quantities and for durations specified by manufacturer. b. Where necessary, scrape lead paint from surface down to required level of

removal (i.e. stabilized surface, bare substrate with no trace of residual pigment, etc.). Use sanding, hand scraping, and dental picks to supplement chemical methods as necessary.

c. Apply neutralizer compatible with substrate and chemical agent to substrate

following removal in accordance with manufacturer's instructions. d. Protect adjacent surfaces from damage from chemical removal. e. Maintain a portable eyewash station in the work area. f. Wear respirators that will protect workers from chemical vapors. g. Do not apply caustic agents to aluminum surfaces.

3. Mechanical Paint Removal:

a. Provide sanders, grinders, rotary wire brushes, or needle gun removers equipped

with a HEPA filtered vacuum dust collection system. Cowling on the dust collection system for orbital-type tools must be capable of maintaining a continuous tight seal with the surface being abated. Cowling on the dust collection system for reciprocating-type tools shall promote an effective vacuum flow of loosened dust and debris. Inflexible cowlings may be used on flat surfaces only. Flexible contoured cowlings are required for curved or irregular surfaces.

171-401 & 171-402 124

Page 125: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

b. Provide HEPA vacuums that are high performance designed to provide maximum static lift and maximum vacuum system flow at the actual operating vacuum condition with the shroud in use. The HEPA vacuum shall be equipped with a pivoting vacuum head.

c. Remove lead paint from surface down to required level of removal (i.e. stabilized

surface, bare substrate with no trace of residual pigment, etc.). Use chemical methods, hand scraping, and dental picks to supplement abrasive removal methods as necessary.

d. Protect adjacent surfaces from damage from abrasive removal techniques. e. “Sandblasting” type removal techniques shall not be allowed.

4. Component Removal/Replacement:

a. Wet down components which are to be removed to reduce the amount of dust

generated during the removal process. b. Remove components utilizing hand tools, and follow appropriate safety

procedures during removal. Remove the components by approved methods which will provide the least disturbance to the substrate material. Do not damage adjacent surfaces.

c. Clean up immediately after component removals have been completed. Remove

any dust located behind the component removed.

G. Prohibited Removal Methods: The use of heat guns in excess of 700 degrees Fahrenheit to remove lead paint is prohibited. The use of sand, steel grit, air, CO2, baking soda, or any other blasting media to remove lead or lead paint without the use of a HEPA ventilated contained negative pressure enclosure is prohibited. Power/pressure washing shall not be used to remove lead paint. Compressed air shall not be utilized to remove lead paint. Chemical strippers containing Methylene Chloride are prohibited. Any chemical stripping may be prohibited on a project by project basis. Power tool assisted grinding, sanding, cutting, or wire brushing of lead paint without the use of cowled HEPA vacuum dust collection systems is prohibited.

171-401 & 171-402 125

Page 126: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Lead paint burning, busting of rivets painted with lead paint, welding of materials painted with lead paint, and torch cutting of materials painted with lead paint is prohibited. Where cutting, welding, busting, or torch cutting of materials is required, lead paint in the affected area must be removed first. Chemical stripping of coatings from bridge components is generally prohibited unless specifically allowed on a project by project basis. H. Clean-up and Visual Inspection: The Contractor shall remove and containerize all lead waste material and visible accumulations of debris, paint chips and associated items. During clean-up the Contractor shall utilize rags and sponges wetted with lead-specific detergent and water as well as HEPA filtered vacuum equipment. The Engineer will conduct a visual inspection of the work areas in order to document that all surfaces have been maintained as free as practicable of accumulations of lead in accordance with 29 CFR 1926.62(h). If visible accumulations of waste, debris, lead paint chips or dust are found in the work area, the Contractor shall repeat the cleaning, at the Contractor's expense, until the area is in compliance. The visual inspection will detect incomplete work, damage caused by the abatement activity, and inadequate clean up of the work site. I. Post-Work Regulated Area Deregulation: Following an acceptable visual inspection, any engineering controls implemented may be removed. A final visual inspection of the work area shall be conducted by the Competent Person and the Project Monitor or Engineer to ensure that all visible accumulations of suspect materials have been removed and that no equipment or materials associated with the lead paint removal remain. If this final visual inspection is acceptable, the Contractor will reopen the Regulated Area and remove all signage. The Contractor shall restore all work areas and auxiliary areas utilized during work to conditions equal to or better than original. Any damage caused during the performance of the work activity shall be repaired by the Contractor at no additional expense to the State. J. Waste Disposal/Recycling: . Metallic debris shall be segregated and recycled as scrap metal at an approved metal recycling facility.

171-401 & 171-402 126

Page 127: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Concrete, brick, etc. coated with any amount of lead paint cannot be crushed, recycled or buried on-site to minimize waste disposal unless tested and found to meet the RSR GA/Residential standards. Hazardous lead debris shall be disposed of as described under this Item 0020903A. The Contractor shall comply with the latest requirements of the USEPA RCRA Hazardous Waste Regulations 40 CFR 260-274 and the DEEP Hazardous/Solid Waste Management Standards 22a-449(c). Hazardous lead debris shall be transported from the Project by a licensed hazardous waste transporter approved by the Department and disposed of at an EPA-permitted and Department-approved hazardous waste landfill within 90 days from the date of generation. The Contractor must use one or more of the following Department-approved disposal facilities for the disposal of hazardous waste:

Clean Earth of North Jersey, Inc., (CENJ) 115 Jacobus Avenue, South Kearny, NJ 07105 Phone: (973) 344-4004; Fax: (973) 344-8652

Clean Harbors Environmental Services, Inc. 2247 South Highway 71, Kimball, NE 69145 Phone: (308) 235-8212; Fax: (308) 235-4307

Clean Harbors of Braintree, Inc. 1 Hill Avenue, Braintree, MA 02184 Phone: (781) 380-7134; Fax: (781) 380-7193

Cycle Chem (General Chemical Corp.) 217 South First Street, Elizabeth, NJ 07206 Phone: (908) 355-5800; Fax (908) 355-0562

EnviroSafe Corporation Northeast (former Jones Environmental Services (NE), Inc.) 263 Howard Street, Lowell, MA 01852 Phone: (978) 453-7772; Fax: (978) 453-7775

Environmental Quality Detroit, Inc. 1923 Frederick Street, Detroit, MI 48211 Phone: (800) 495-6059; Fax: (313) 923-3375

Republic Environmental Systems 2869 Sandstone Drive, Hatfield, PA 19440 Phone: (215) 822-8995; Fax: (215) 997-1293

Northland Environmental, Inc. (PSC Environmental Systems) 275 Allens Avenue, Providence, RI 02905 Phone: (401) 781-6340; Fax: (401) 781-9710

Environmental Quality Company: Wayne Disposal Facility 49350 North I-94 Service Drive Belleville, MI 48111 Phone: (800) 592-5489; Fax: (800) 592-5329

No facility may be substituted for the one(s) designated in the Contractor’s submittal without the Engineer’s prior approval. If the material cannot be accepted by any of the Contractor’s designated facilities, the Department will supply the Contractor with the name(s) of other acceptable facilities.

Prior to the generation of any hazardous waste, the Contractor shall notify the Engineer of its selected hazardous waste transporter and disposal facility. The Contractor must submit to the

171-401 & 171-402 127

Page 128: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

Engineer (1) the transporter’s current US DOT Certificate of Registration and (2) the transporter’s current Hazardous Waste Transporter Permits for the State of Connecticut, the hazardous waste destination state and any other applicable states. The Engineer will then obtain on a contiguous per site basis a temporary EPA Generators ID number for the site that he will forward to the Contractor. Any changes in transporter or facility shall be immediately forwarded to the Engineer for review. Handling, storage, transportation and disposal of hazardous waste materials generated as a result of execution of this project shall comply with all Federal, State and Local regulations including the USEPA RCRA Hazardous Waste Regulations (40 CFR Parts 260-271), the CTDEEP Hazardous Waste Regulations (22a-209 and 22a-449(c)), and the USDOT Hazardous Materials Regulations (49 CFR Part 171-180). All debris shall be contained and collected daily or more frequently as directed by the Engineer, due to debris buildup. Debris shall be removed by HEPA vacuum collection. Such debris and paint chips shall be stored in leak-proof storage containers in the secured storage site, or as directed by the Engineer. The storage containers and storage locations shall be reviewed by the Engineer and shall be located in areas not subject to ponding. Storage containers shall be placed on pallets and closed and covered with tarps at all times except during placement, sampling and disposal of the debris. Hazardous waste materials are to be properly packed and labeled for transport by the Contractor is accordance with EPA, CTDEEP and USDOT regulations. The disposal of debris characterized as hazardous waste shall be completed within 90 calendar days of the date on which it began to be accumulated in the lined containers. Storage of containers shall be in accordance with current DEEP/EPA procedures. The Contractor shall label hazardous waste storage containers with a 6-inch square, yellow, weatherproof, Hazardous Waste sticker in accordance with USDOT regulations. Materials other than direct paint related debris which are incidental to the paint removal work activities (tarps, poly, plywood, PPE, gloves, decontamination materials, etc.) which may be contaminated with lead, shall be stored separately from the direct paint debris, and shall be sampled by the Engineer for waste disposal characterization testing. Such materials characterized as hazardous shall be handled/disposed of as described herein. Direct paint related debris materials not previously sampled and characterized for disposal, which may be originally presumed to be hazardous waste, shall also be stored separately and sampled by the Engineer for ultimate waste disposal characterization testing and handled/disposed of based on that testing. Project construction waste materials unrelated to the paint removal operations shall NOT be combined/stored with paint debris waste and/or incidental paint removal materials as they are not lead contaminated and shall NOT be disposed of as hazardous waste. The Engineer’s on-site Inspectors shall conduct inspections to verify materials remain segregated.

171-401 & 171-402 128

Page 129: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

The Contractor shall obtain and complete all paperwork necessary to arrange for material disposal, including disposal facility waste profile sheets. It is solely the Contractor’s responsibility to co-ordinate the disposal of hazardous materials with its selected treatment/recycling/disposal facility(s). Upon receipt of the final approval from the facility, the Contractor shall arrange for the loading, transport and treatment/recycling/disposal of the materials in accordance with all Federal and State regulations. No claim will be considered based on the failure of the Contractor’s disposal facility(s) to meet the Contractor’s production rate or for the Contractor’s failure to select sufficient facilities to meet its production rate. The Contractor shall process the hazardous waste such that the material conforms with the requirements of the selected treatment/disposal facility, including but not limited to specified size and dimension. Refusal on the part of the treatment/disposal facility to accept said material solely on the basis of non-conformance of the material to the facility’s physical requirements is the responsibility of the Contractor and no claim for extra work shall be accepted for reprocessing of said materials to meet these requirements. All DOT shipping documents, including the Uniform Hazardous Waste Manifests utilized to accompany the transportation of the hazardous waste material shall be prepared by the Contractor and reviewed/signed by an authorized agent representing ConnDOT, as Generator, for each load of hazardous material that is packed to leave the site. The Contractor shall not sign manifests on behalf of the State as Generator. The Contractor shall forward the appropriate original copies of all manifests to the Engineer the same day the material leaves the Project site. Materials not related to lead paint removal and/or characterized as non-hazardous waste shall NOT be shipped for hazardous waste disposal in accordance with USEPA RCRA hazardous waste minimization requirements. A load-specific certificate of disposal, signed by the authorized agent representing the waste disposal facility, shall be obtained by the Contractor and promptly delivered to the Engineer for each load. In addition to all pertinent Federal, State and local laws or regulatory agency polices, the Contractor shall adhere to the following precautions during the transport of hazardous materials off-site:

All vehicles departing the site are to be properly logged to show the vehicle identification, driver’s name, time of departure, destination, and approximate volume, and contents of materials carried. Vehicles shall display the proper USDOT placards for the type and quantity of waste;

No materials shall leave the site unless a disposal facility willing to accept all of the material being transported has agreed to accept the type and quantity of waste;

Documentation must be maintained indicating that all applicable laws have been

171-401 & 171-402 129

Page 130: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 05/08/18

ITEM #0020903A

satisfied and that the materials have been successfully transported and received at the disposal facility; and,

The Contractor shall segregate the waste streams (i.e. concrete, wood, etc.) as directed by the receiving disposal facility.

Any spillage of debris during disposal operations during loading, transport and unloading shall be cleaned up in accordance with EPA 40 CFR 265 Subparts C & D, at the Contractor’s expense. The Contractor is liable for any fines, costs or remediation costs incurred as a result of their failure to be in compliance with this Item and all Federal, State and Local laws. K. Project Closeout Data:

Provide the Engineer, within thirty (30) days of completion of the project site work, a compliance package; which shall include, but not be limited to, the following:

1. Competent persons (supervisor) job log; 2. OSHA-compliant personnel air sampling data; 3. Completed waste shipment papers for scrap metal recycling. 4. Copies of completed Hazardous Waste Manifests (signed by authorized disposal

facility representative). Method of Measurement: The completed work shall be paid as a lump sum. This item will include all noted services, equipment, facilities, testing and other associated work for up to three (3) ConnDOT project representatives. Services provided to any ConnDOT project representatives in excess of three (3) representatives will be measured for payment in accordance with Article 1.09.04 – “Extra and Cost-Plus Work.” Basis of Payment: The lump sum price bid for this item shall include: services, materials, equipment, all permits, notifications, submittals, personal air sampling, personal protection equipment, temporary enclosures, incidentals, fees and labor incidental to activities impacting lead removal, treatment and handling of lead contaminated materials, and the transport and disposal of any hazardous lead waste. Final payment will not be made until all project closeout data submittals have been completed and provided to the Engineer. Once the completed package has been received in its entirety and accepted by the Engineer, final payment will be made to the Contractor. Pay Item Pay Unit

Lead Compliance for Miscellaneous Exterior Tasks Lump Sum

171-401 & 171-402 130

Page 131: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 06-18 1 of 1

ITEM #0097773A

ITEM #0097773A - SPARE PARTS Description: This work consists of furnishing additional quantities of specific Contract item components to be used as replacement parts for future maintenance. The Contractor shall furnish the quantities of each spare part as indicated. It shall be the responsibility of the Contractor to purchase, transfer ownership of, and deliver the spare parts to the Connecticut Department of Transportation (CTDOT). Materials: Each spare part furnished shall be new, from the same manufacturer and have the identical model number as each item component furnished for installation as described in the item special provision. The Contractor shall deliver the following quantities of each item component as a spare part:

ITEM NO. SPARE PART DESCRIPTION QTY. Ownership

and Delivery

1112286A 360-Degree Camera Assembly 1 CTDOT

1112289A 360 Degree Closed Loop System Video Detection Processor

1 CTDOT

1112288A IP Video Detection Camera Assembly

1 CTDOT

1112285A Thermal Video Detector Assembly

1 CTDOT

1107011A Accessible Pedestrian Signal and Detector (Type A)

1 CTDOT

Construction Methods: All provisions outlined in the Contract shall be complied with for each component furnished from the spare parts list. Each component furnished under this item shall be provided by the Contractor prior to beginning any 30-day working test periods. The Contractor shall deliver the spare parts to the Connecticut Department of Transportation Signal Lab, 280 West Street, Rocky Hill, CT. Each spare part shall be tagged with the model number, date manufactured, manufacturer's name, and project number on the original sealed packaging provided by the manufacturer. Transfer of ownership and delivery shall be coordinated with Mr. Don Assard (860) 258-0346 or Mr. Mark Zampini (860) 258-0349. Method of Measurement: The sum of money shown on the estimate and in the itemized proposal as "Estimated Cost" for this work will be considered the price bid even though payment will be made only for actual work performed. The estimated cost figure is not to be altered in any manner by the bidder. Should the bidder alter the amount shown, the altered figures will be disregarded and the original price will be used to determine the total amount bid for the item. Basis of Payment: "Spare Parts" furnished, transferred and delivered will be paid for under Article 1.09.04—Extra and Cost Plus Work. Pay Item Pay Unit Spare Parts est.

171-401 & 171-402 131

Page 132: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-14 1 of 1

ITEM #0202451A

ITEM #0202451A - TEST PIT EXCAVATION Description:

Excavate and backfill a designated area to determine the exact location of utility facilities which are near a proposed foundation. Materials:

Compacted Granular Fill: Article M.02.02 Bituminous Concrete Materials: Article M.04

Construction Methods:

Keep affected utility owner apprised of proposed test pit excavation. Excavate only as authorized and as directed by the Engineer. The size, depth and location

will be as authorized by the Engineer. If rock greater than 0.5 c.y. (cu.m) is encountered, the Engineer will determine if it must

be removed and the method. Do not use explosives. See the pertinent construction methods of Section 2.02.03. When concrete must be removed, reinforced or not, it shall be considered, measured, and paid for as rock in foundation excavation.

If unsuitable backfill material is excavated, dispose as directed by the Engineer. Replace with suitable backfill and compact in accordance with Section 2.14.

Repair all damaged bituminous pavement in accordance with Section 4.06.03. Sawcut the edges to neat lines if there will be no subsequent excavation at the test pit for a foundation.

Method of Measurement: Test pit excavation will be measured at the contract unit price per cubic yard (cubic meter) for the material actually removed from within the limits specified as directed by the engineer. When necessary, rock in foundation excavation will be measured at the contract price per vertical foot (vertical meter) for the rock actually removed in accordance with Article 2.02.04. Basis of Payment: This work will be paid for at the contract unit price per cubic yard (cubic meter) for “Test Pit Excavation”, which price shall include excavation, unsuitable material disposal, compacted backfill, bituminous pavement, sawcut, pavement repair, all utility costs, all equipment, tools, labor and work incidental thereto. The volume excludes the volume of material that is measured as Rock In Foundation Excavation.

Pay Item Pay Unit

Test Pit Excavation c.y. (cu.m)

171-401 & 171-402 132

Page 133: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 3/1/2017

ITEM #0406125A

ITEM #0406125A - BITUMINOUS CONCRETE SURFACE PATCH Description: This work shall consist of milling out deteriorated bituminous concrete pavement to a depth between 1.5 to 2.5 inches, disposing of pavement millings, sweeping and cleaning, application of tack coat on all surfaces within milled area, and placement of Hot-Mix Asphalt (HMA) or an equivalent Polymer Modified Asphalt (PMA) to match the elevation of the surrounding pavement. For road sections being milled and paved, all patching operations must be completed after milling is complete and before paving begins. All patching operations shall be completed within one working day following milling and shall be completed before traffic is permitted to resume on the exposed roadway. Materials: Materials for this work shall consist of the following:

1. HMA S0.375 or an equivalent PMA meeting the requirements of Sections 4.06 and M.04. All HMA, or PMA, shall be Traffic Level 2 unless indicated otherwise on the plans.

2. Tack coat meeting the material requirements in Sections 4.06 and M.04. Construction Methods: Equipment for this work shall include, but is not limited to, the following:

1. Milling machine: A milling machine designed and built for milling flexible pavements. It shall be self-propelled with sufficient power, traction, and stability to maintain depth and slope and shall be capable of removing the existing bituminous concrete pavement. The milling machine shall be equipped with a built-in automatic grade averaging control system that can control the longitudinal profile and the transverse cross-slope to produce the specified results. The longitudinal controls shall be capable of operating from any longitudinal grade reference, including string line, contact ski (30 feet minimum), non-contact ski (20 feet minimum), or mobile string line (30 feet minimum). The transverse controls shall have an automatic system for controlling cross-slope at a given rate. The Engineer may waive the requirement for automatic grade or slope controls where warranted. The rotary drum of the machine shall use carbide tip tools spaced not more than 5/8 inches apart. The forward speed of the milling machine shall be a maximum of 45 feet/minute. The tools on the revolving cutting drum must be continually maintained and shall be replaced as warranted to provide a uniform pavement texture. The Contractor may request to perform a test strip to demonstrate that the required surface tolerance can be attained at an increased forward speed. The test strip shall be a maximum length of 500 feet and shall have the same criteria for surface tolerance as specified herein. The final decision for implementing the increased forward speed will be made by the Engineer. The machine shall be equipped with an integral pickup and conveying device to immediately remove milled material from the surface of the roadway and discharge the millings into a truck, in one operation. The machine shall also be equipped with a means of effectively limiting the amount of dust escaping from the milling and removal operation. When milling smaller areas or areas where it is impractical to use the above

171-401 & 171-402 133

Page 134: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 3/1/2017

ITEM #0406125A

described equipment, the Contractor may be permitted to use a lesser equipped milling machine, if approved by the Engineer. In addition, the minimum milling width shall be 20 inches, making the minimum achievable patch size 20 inches by 20 inches, or 0.30 square yards.

2. 10 foot straight edge. 3. Sweeper: A sweeper, equipped with a water tank, capable of remove millings and loose

debris. 4. Air compressor: An air compressor capable of producing 100 psi, oil free, compressed air

for cleaning the milled pavement surface. 5. Hot air lance: A hot air lance that can deliver 100 psi, oil free heated air to clean and dry

the pavement surface. The compressed air emitted from the tip of the lance shall be flame-free and shall achieve a temperature of at least 1500° F.

6. Paving and compaction equipment: Paving and compaction equipment meeting the requirements of Section 4.06. It is expected that much of the placement will require hand work or a mixture of equipment and hand tools to achieve the required results. Smaller compaction equipment, including vibratory plate compactors, will be allowed by the Engineer to achieve the required results. At all times the Contractor is required to meet the density and compaction and all other requirements specified in Sections 4.06 and M.04.

The work shall include, but is not limited to, the following: 1. Demarcating: The Engineer will mark out areas for patching and will determine the

appropriate milling depth between 1.5 inches and 2.5 inches. The minimum length and width dimension of the patch shall be 20 inches. Any area to be patched shall completely encompass the entire distressed pavement area and extend at least 6 inches beyond into the surrounding pavement wherever possible.

2. Milling: Mill marked out areas to specified depths 3. Sweeping, Cleaning and Drying: Sweep the milled surface clean and allow milled areas

to dry. Any moisture in or on the milled areas must be allowed to evaporate or be removed with the assistance of the hot air lance. When the milled area is dry to the satisfaction of the Engineer, it shall be blown clean of any residual dust or debris using compressed air.

4. Applying Tack Coat: Apply tack coat to the entire clean and dry milled area, including the sides/walls of the area to be patched, and in accordance with the requirements of Section 4.06.

5. Placing Patch Material: After the tack coat has had sufficient time to cure or break, HMA S0.375, or equivalent PMA, shall be placed and compacted to the requirements above and in Section 4.06. The Contractor shall confirm that the surface elevation of the finished patch matches the elevation of the surrounding pavement surface to within 1/4 inch using the 10 foot straightedge.

Method of Measurement: This work will be measured by the number of square yards of patched bituminous concrete completed and accepted. Basis of Payment: This work will be paid for at the Contract unit price per square yard of “Bituminous Concrete Surface Patch.” The price shall include all tools, materials, labor and

171-401 & 171-402 134

Page 135: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 3/1/2017

ITEM #0406125A

equipment; milling, removing, and disposing of pavement millings; sweeping and cleaning of the milled area; drying the milled area; applying tack coat to the milled area; and placement and compaction of HMA or PMA.

Pay Item Pay Unit Bituminous Concrete Surface Patch s.y.

171-401 & 171-402 135

Page 136: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-15 1 of 1

ITEM #0925101A

ITEM #0925101A - RELAY BRICK WALK Description: Work under this item shall consist of removing and reconstructing brick walk which has been disturbed by excavation at the locations shown on the plans or as directed by the Engineer in conformance with these specifications. Materials: Gravel for base shall conform to Article M.02.01 for gravel fill. Leveling base material shall be concrete sand conforming to ASTMC-33 for fine aggregates or No. 10 as shown in AASHTO M 43-54 (1974) as specified in table II. Construction Methods: Existing bricks shall be carefully removed. If any bricks are broken during removal, the Contractor shall be responsible for replacing them. Upon reconstruction of the brick walk, all soft and yielding material and other portions of the subbase which will not readily compact shall be removed and replaced with suitable materials. The surface of the subbase shall be compacted with mechanical equipment capable of delivering a ground pressure of not less than 300 pounds per linear inch (54 kilograms per linear centimeter) of contact width. The amount of compaction shall be as specified by the Engineer but in no case shall that amount be less than four complete passes of the compacting equipment. The dry density after compaction shall conform to Article 2.02.03-6 of the standard specifications, Form 816. After compaction, the subbase shall be trued to the required line and grade. No additional payment will be made for any materials which are required to bring the subbase to the lines, grade and cross-sections of the site. The Contractor shall protect the subbase from damage by exercising such precautions as the Engineer deems necessary. The subbase surface shall be maintained in such condition as to permit proper drainage. It shall be checked and approved prior to placement of the leveling base. The leveling base shall be screeded loose to a thickness of approximately 2” (50mm). The leveling shall be treated with a soil sterilizer, of a type to be approved by the Engineer, prior to the placement of the bricks. The exact thickness of the leveling base is to be determined at the job site. Care shall be taken by the Contractor to insure the screeded leveling base is loose and undisturbed placement. Bricks are to be installed “Hand-tight” with care being taken not to disturb the leveling bed. Mason string lines shall be used to insure proper lines and grades. Bricks are to be vibrated into the leveling base with a vibratory plate capable of achieving a 3500 to 5000 pounds (1590 to 2268 kilograms) compaction force. Such vibratory compaction shall be accomplished on all bricks prior to the end of operations on each working day. Compaction of the bricks shall continue until finish grade, as directed by the Engineer, is achieved. All joints shall be filled after final compaction with the same material used for the leveling base. Method of Measurement: This work will be measured for payment by the actual number of square feet (square meters) of complete and accepted relayed brick walk. Basis of Payment: This work will be paid for at the contract unit price per square foot (square meter) for "Relay Brick Walk" complete and accepted in place which price shall include removing, storing and reconstruction of Brick Walk and all material, labor, equipment and work incidental thereto.

Pay Item Pay Unit Relay Brick Walk s.f. (m)

171-401 & 171-402 136

Page 137: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18

ITEM #0952001A

ITEM #0952001A - SELECTIVE CLEARING AND THINNING Section 9.52 is amended as follows: Article 9.52.03 – Construction Methods is supplemented as follows: Trim tree branches and vegetation as directed by the Engineer for the following:

Project No. 0171-0401

Int. No. Location Purpose 079-210

U.S. Route 5 (Broad Street) at Westfield Road and Britannia Street

Trim tree branches for the installation of span poles on the northeast, southeast, and southwest corners.

Project No. 0171-0402

Int. No. Location Purpose 042-251 088-279 131-233 159-230

S.R. 502 (Silver Lane) at Rolling Meadow Drive Route 71 (Hartford Road) at Firehouse Lane Route 322 (Waterbury Turnpike) at Route I-691 Westbound Ramps Route 175 (Wells Road) at Goff Road

Trim tree branches for the installation of a span pole on the northwest corner. Trim tree branches to provide clear sight line to sign “D” and for the installation of a span pole on the northeast corner. Trim tree branches for the installation of a span pole on the northeast corner. Trim tree branches for the installation of a span pole on the southwest corner.

171-401 & 171-402 137

Page 138: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

ITEM #0969062A - CONSTRUCTION FIELD OFFICE, MEDIUM Description: Under the item included in the bid document, adequate weatherproof office quarters with related furnishings, materials, equipment and other services, shall be provided by the Contractor for the duration of the work, and if necessary, for a close-out period determined by the Engineer. The office, furnishings, materials, equipment, and services are for the exclusive use of CTDOT forces and others who may be engaged to augment CTDOT forces with relation to the Contract. The office quarters shall be located convenient to the work site and installed in accordance with Article 1.08.02. This office shall be separated from any office occupied by the Contractor. Ownership and liability of the office quarters shall remain with the Contractor. Furnishings/Materials/Supplies/Equipment: All furnishings, materials, equipment and supplies shall be in like new condition for the purpose intended and require approval of the Engineer. Office Requirements: The Contractor shall furnish the office quarters and equipment as described below: Description \ Office Size Small Med. Large Extra

Large Minimum Sq. Ft. of floor space with a minimum ceiling height of 7 ft.

400 400 1000 2000

Minimum number of exterior entrances. 2 2 2 2 Minimum number of parking spaces. 7 7 10 15

Office Layout: The office shall have a minimum square footage as indicated in the table above, and shall be partitioned as shown on the building floor plan as provided by the Engineer. Tie-downs and Skirting: Modular offices shall be tied-down and fully skirted to ground level. Lavatory Facilities: For field offices sizes Small and Medium the Contractor shall furnish a toilet facility at a location convenient to the field office for use by CTDOT personnel and such assistants as they may engage; and for field offices sizes Large and Extra Large the Contractor shall furnish two (2) separate lavatories with toilet (men and women), in separately enclosed rooms that are properly ventilated and comply with applicable sanitary codes. Each lavatory shall have hot and cold running water and flush-type toilets. For all facilities the Contractor shall supply lavatory and sanitary supplies as required. Windows and Entrances: The windows shall be of a type that will open and close conveniently, shall be sufficient in number and size to provide adequate light and ventilation, and shall be fitted with locking devices, blinds and screens. The entrances shall be secure, screened, and fitted with a lock for which four keys shall be furnished. All keys to the construction field office shall be furnished to the CTDOT and will be kept in their possession while State personnel are using the office. Any access to the entrance ways shall meet applicable building codes, with appropriate handrails. Stairways shall be ADA/ABA compliant and have non-skid tread surfaces. An ADA/ABA compliant ramp with non-skid surface shall be provided with the Extra-Large field office.

171-401 & 171-402 138

Page 139: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

Lighting: The Contractor shall equip the office interior with electric lighting that provides a minimum illumination level of 100 foot-candles at desk level height, and electric outlets for each desk and drafting table. The Contractor shall also provide exterior lighting that provides a minimum illumination level of 2 foot-candles throughout the parking area and for a minimum distance of 10 ft. on each side of the field office. Parking Facility: The Contractor shall provide a parking area, adjacent to the field office, of sufficient size to accommodate the number of vehicles indicated in the table above. If a paved parking area is not readily available, the Contractor shall construct a parking area and driveway consisting of a minimum of 6 inches of processed aggregate base graded to drain. The base material will be extended to the office entrance. Field Office Security: Physical Barrier Devices - This shall consist of physical means to prevent entry, such as: 1) All windows shall be barred or security screens installed; 2) All field office doors shall be equipped with dead bolt locks and regular day operated door locks; and 3) Other devices as directed by the Engineer to suit existing conditions. Electric Service: The field office shall be equipped with an electric service panel, wiring, outlets, etc., to serve the electrical requirements of the field office, including: lighting, general outlets, computer outlets, calculators etc., and meet the following minimum specifications:

A. 120/240 volt, 1 phase, 3 wire B. Ampacity necessary to serve all equipment. Service shall be a minimum 100 amp

dedicated to the construction field office. C. The electrical panel shall include a main circuit breaker and branch circuit breakers of the

size and quantity required. D. Additional 120 volt, single phase, 20 amp, isolated ground dedicated power circuit with

dual NEMA 5-20 receptacles will be installed at each desk and personal computer table (workstation) location.

E. Additional 120 volt, single phase, 20 amp, isolated ground dedicated power circuit with dual NEMA 5-20 receptacles will be installed, for use by the Telephone Company.

F. Additional 120-volt circuits and duplex outlets as required meeting National Electric Code requirements.

G. One exterior (outside) wall mounted GFI receptacle, duplex, isolated ground, 120 volt, straight blade.

H. After work is complete and prior to energizing, the State’s CTDOT electrical inspector, must be contacted at 860-594-2240. (Do Not Call Local Town Officials)

I. Prior to field office removal, the CTDOT Office of Information Systems (CTDOT OIS) must be notified to deactivate the communications equipment.

171-401 & 171-402 139

Page 140: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

Heating, Ventilation and Air Conditioning (HVAC): The field office shall be equipped with sufficient heating, air conditioning and ventilation equipment to maintain a temperature range of 68o-80o Fahrenheit within the field office. Telephone Service: The Contractor shall provide telephone service with unlimited nation-wide calling plan. For a Small, Medium and Large field office this shall consist of the installation of two (2) telephone lines: one (1) line for phone/voice service and one (1) line dedicated for the facsimile machine. For an Extra-Large field office this shall consist of four (4) telephone lines: three (3) lines for phone/voice service and one (1) line dedicated for facsimile machine. The Contractor shall pay all charges. Data Communications Facility Wiring: Contractor shall install a Category 6 568B patch panel in a central wiring location and Cat 6 cable from the patch panel to each PC station, Smart Board location, Multifunction Laser Printer/Copier/Scanner/Fax, terminating in a (Category 6 568B) wall or surface mount data jack. The central wiring location shall also house either the data circuit with appropriate power requirements or a category 5 cable run to the location of the installed data circuit. The central wiring location will be determined by the CTDOT OIS staff in coordination with the designated field office personnel as soon as the facility is in place. For Small, Medium and Large field offices the Contractor shall run a CAT 6 LAN cable a minimum length of 25 feet for each CTDOT networked device (including but not limited to: smartboards and Multi‐Function Laser Printer/Copier/Scanner/Fax) to LAN switch area leaving an additional 10 feet of cable length on each side with terminated RJ45 connectors. For an Extra-Large field office the Contractor shall run CAT 6 LAN cables from workstations, install patch panel in data circuit demark area and terminate runs with RJ45 jacks at each device location. Terminate runs to patch panel in LAN switch area. Each run / jack shall be clearly labeled with an identifying Jack Number. The Contractor shall supply cables to connect the Wi-Fi printer to the Contractor supplied internet router and to workstations/devices as needed. These cables shall be separate from the LAN cables and data Jacks detailed above for the CTDOT network. The number of networked devices anticipated shall be at least equal to the number of personal computer tables, Multi‐Function Laser Printer/Copier/Scanner/Fax, and smartboards listed below. The installation of a data communication circuit between the field office and the CTDOT OIS in Newington will be coordinated between the CTDOT District staff, CTDOT OIS staff and the local utility company once the Contractor supplies the field office phone numbers and anticipated installation date. The Contractor shall provide the field office telephone number(s) to the CTDOT Project Engineer within 10 calendar days after the signing of the Contract as required by Article 1.08.02. This is required to facilitate data line and computer installations.

171-401 & 171-402 140

Page 141: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

Additional Equipment, Facilities and Services: The Contractor shall provide at the field Office at least the following to the satisfaction of the Engineer:

Furnishing Description 

Office Size 

Small  Med.  Large  Extra Large 

Quantity 

Office desk (2.5 ft. x 5 ft.) with drawers, locks, and matching desk chair that have pneumatic seat height adjustment and dual wheel casters on the base. 

1  3  5  8 

Standard secretarial type desk and matching desk chair that has pneumatic seat height adjustment and dual wheel casters on the base. 

‐  ‐  ‐  1 

Personal computer tables (4 ft. x 2.5 ft.).  2  3  5  8 

Drafting type tables (3 ft. x 6 ft.) and supported by wall brackets and legs; and matching drafters stool that have pneumatic seat height adjustment, seat back and dual wheel casters on the base. 

1  1  1  2 

Conference table, 3 ft. x 12 ft.  ‐  ‐  ‐  1 

Table – 3 ft. x 6 ft.  ‐  ‐  ‐  1 

Office Chairs.  2  4  8  20 

Mail slot bin – legal size.  ‐  ‐  1  1 

Non‐fire resistant cabinet.  ‐  ‐  2  4 

Fire resistant cabinet (legal size/4 drawer), locking.  1  1  2  3 

Storage racks to hold 3 ft. x 5 ft. display charts.  ‐  ‐  1  2 

Vertical plan racks for 2 sets of 2 ft. x 3 ft. plans for each rack.  1  1  2  2 

Double door supply cabinet with 4 shelves and a lock – 6 ft. x 4 ft. 

‐  ‐  1  2 

Case of cardboard banker boxes (Min 10 boxes/case)  1  1  2  3 

Open bookcase – 3 shelves – 3 ft. long.  ‐  ‐  2  2 

White Dry‐Erase Board, 36” x 48”min. with markers and eraser.  1  1  1  1 

Interior partitions – 6 ft. x 6 ft., soundproof type, portable and freestanding. 

‐  ‐  6  6 

Coat rack with 20 coat capacity.  ‐  ‐  ‐  1 

Wastebaskets ‐ 30 gal., including plastic waste bags.  1  1  1  2 

Wastebaskets ‐ 5 gal., including plastic waste bags.  1  3  6  10 

Electric wall clock.  ‐  ‐  ‐  2 

Telephone.  1  1  1  ‐ 

171-401 & 171-402 141

Page 142: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

Full size stapler 20 (sheet capacity, with staples)  1  2  5  8 

Desktop tape dispensers (with Tape)  1  2  5  8 

8 Outlet Power Strip with Surge Protection  3  4  6  9 

Rain Gauge   

1  1  1  1 

Business telephone system for three lines with ten handsets, intercom capability, and one speaker phone for conference table. 

 ‐  

‐  ‐  1 

Mini refrigerator ‐ 3.2 c.f. min.  1  1  1  1 

Hot and cold water dispensing unit.  Disposable cups and bottled water shall be supplied by the Contractor for the duration of the project.  

1  1  1  1 

Microwave, 1.2 c.f. , 1000W min.  1  1  1  1 

Fire extinguishers ‐ provide and install type and *number to meet applicable State and local codes for size of office indicated, including a fire extinguisher suitable for use on a computer terminal fire. 

*  *  *  * 

Electric pencil sharpeners.  1  2  2  2 

Electronic office type printing calculators capable of addition, subtraction, multiplication and division with memory and a supply of printing paper. 

1  1  2  4 

Small Multi‐Function Laser Printer/Copier/Scanner/Fax combination unit, network capable, as specified below under Computer Related Hardware and Software.   

1  1     

Large Multi‐Function Laser Printer/Copier/Scanner/Fax combination unit, network capable, as specified below under Computer Related Hardware and Software.   

    1  1 

Field Office Wi‐Fi Connection as specified below under Computer Related Hardware and Software 

1  1  1  1 

Wi‐Fi Printer as specified below under Computer Related Hardware and Software. 

1  1  1  1 

Digital Camera as specified below under Computer Related Hardware and Software.  

1  1  3  3 

Video Projector as specified below under Computer Related Hardware and Software. 

‐  ‐  ‐  1 

Smart Board as specified below under Computer Related Hardware and Software. 

‐  ‐  ‐  1 

Infrared Thermometer, including annual third party certified calibration, case, and cleaning wipes. 

1  1  1  2 

Concrete Curing Box as specified below under Concrete Testing Equipment. 

1  1  1  1 

Concrete Air Meter and accessories as specified below under  1  1  1  1 

171-401 & 171-402 142

Page 143: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

Concrete Testing Equipment as specified below. Contractor shall provide third party calibration on a quarterly basis.   

Concrete Slump Cone and accessories as specified below under Concrete Testing Equipment. 

1  1  1  1 

First Aid Kit   

1  1  1  1 

Flip Phones as specified under Computer Related Hardware and Software. 

‐  ‐  ‐  ‐ 

Smart Phones as specified under Computer Related Hardware and Software. 

‐  ‐  ‐  ‐ 

The furnishings and equipment required herein shall remain the property of the Contractor. Any supplies required to maintain or operate the above listed equipment or furnishings shall be provided by the Contractor for the duration of the project.

Computer Related Hardware and Software: The CTDOT will supply by its own means the actual Personal Computers for the CTDOT representatives. The Contractor shall supply the Field Office Wi-Fi Connection, Wi-Fi Printer, Digital Camera(s), Flip Phones, Smart Phones, Multifunction Laser Printer/Copier/Scanner/Fax, Video Projectors, and Smart Board(s) as well as associated hardware and software, must meet the requirements of this specification as well as the latest minimum specifications posted, as of the project advertising date, at CTDOTs web site http://www.ct.gov/dot/cwp/view.asp?a=1410&q=563904 Within 10 calendar days after the signing of the Contract but before ordering/purchasing the Wi-Fi Printer (separate from the Multifunction Laser Printer/Copier/Scanner/Fax), Field Office Wi-Fi, Digital Camera(s), Flip Phones, Smart Phones, Multifunction Laser Printer/Copier/Scanner/Fax, Video Projector(s) and Smart Board(s) as well as associated hardware, the Contractor must submit a copy of their proposed order(s) with catalog cuts and specifications to the Administering CTDOT District for review and approval. The Wi-Fi Printer, Wi-Fi Router, Flip Phones, Smart Phones, digital cameras, Projector(s) and Smart Board(s) will be reviewed by CTDOT District personnel. The Multifunction Laser Printer/Copier/Scanner/Fax will be reviewed by the CTDOT OIS. The Contractor shall not purchase the hardware, software, or services until the Administering CTDOT District informs them that the proposed equipment, software, and services are approved. The Contractor will be solely responsible for the costs of any hardware, software, or services purchased without approval. The Contractor and/or their internet service provider shall be responsible for the installation and setup of the field office Wi-Fi, Wi-Fi printer, and the configuration of the wireless router as directed by the CTDOT. Installation will be coordinated with CTDOT District and Project personnel. After the approval of the hardware and software, the Contractor shall contact the designated representatives of the CTDOT administering District, a minimum of 2 working days in advance of the proposed delivery or installation of the Field Office Wi-Fi Connection, Wi-Fi Printer,

171-401 & 171-402 143

Page 144: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

Digital Camera(s), Flip Phones, Smart Phones, Multifunction Laser Printer/Copier/Scanner/Fax, Video Projectors and Smart Board(s), as well as associated hardware, software, supplies, and support documentation. The Contractor shall provide all supplies, paper, maintenance, service and repairs (including labor and parts) for the Wi-Fi printers, copiers, field office Wi-Fi, fax machines and other equipment and facilities required by this specification for the duration of the Contract. All repairs must be performed with-in 48 hours. If the repairs require more than a 48 hours then an equal or better replacement must be provided. Once the Contract has been completed, the hardware and software will remain the property of the Contractor. First Aid Kit: The Contractor shall supply a first aid kit adequate for the number of personnel expected based on the size of the field office specified and shall keep the first aid kit stocked for the duration that the field office is in service. Rain Gauge: The Contractor shall supply install and maintain a rain gauge for the duration of the project, meeting these minimum requirements. The rain gauge shall be installed on the top of a post such that the opening of the rain gauge is above the top of the post an adequate distance to avoid splashing of rain water from the top of the post into the rain gauge. The Location of the rain gauge and post shall be approved by the Engineer. The rain gauge shall be made of a durable material and have graduations of 0.1 inches or less with a minimum total column height of 5 inches. If the rain gauge is damaged the Contractor shall replace it prior to the next forecasted storm event at no additional cost. Concrete Testing Equipment: If the Contract includes items that require compressive strength cylinders for concrete, in accordance with the Schedule of Minimum Testing Requirements for Sampling Materials for Test, the Contractor shall provide the following equipment. A) Concrete Cylinder Curing Box – meeting the requirements of Section 6.12 of the

Standard Specifications. B) Air Meter – The air meter provided shall be in good working order and meet the

requirements of AASHTO T 152. C) Slump Cone Mold – Slump cone, base plate, and tamping rod shall be provided in

like-new condition and meet the requirements of AASHTO T119, Standard Test Method for Slump of Hydraulic-Cement Concrete.

All testing equipment will remain the property of the Contractor at the completion of the project. Insurance Policy: The Contractor shall provide a separate insurance policy, with no deductible, in the minimum amount of five thousand dollars ($5,000) in order to insure all State-owned data equipment and supplies used in the office against all losses. The Contractor shall be named insured

171-401 & 171-402 144

Page 145: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 09/14/2016

 

ITEM #0969062A

on that policy, and the CTDOT shall be an additional named insured on the policy. These losses shall include, but not be limited to: theft, fire, and physical damage. The CTDOT will be responsible for all maintenance costs of CTDOT owned computer hardware. In the event of loss, the Contractor shall provide replacement equipment in accordance with current CTDOT equipment specifications, within seven days of notice of the loss. If the Contractor is unable to provide the required replacement equipment within seven days, the CTDOT may provide replacement equipment and deduct the cost of the equipment from monies due or which may become due the Contractor under the Contract or under any other contract. The Contractor's financial liability under this paragraph shall be limited to the amount of the insurance coverage required by this paragraph. If the cost of equipment replacement required by this paragraph should exceed the required amount of the insurance coverage, the CTDOT will reimburse the Contractor for replacement costs exceeding the amount of the required coverage. Maintenance: During the occupancy by the CTDOT, the Contractor shall maintain all facilities and furnishings provided under the above requirements, and shall maintain and keep the office quarters clean through the use of weekly professional cleaning to include, but not limited to, washing & waxing floors, cleaning restrooms, removal of trash, etc. Exterior areas shall be mowed and clean of debris. A trash receptacle (dumpster) with weekly pickup (trash removal) shall be provided. Snow removal, sanding and salting of all parking, walkway, and entrance ways areas shall be accomplished during a storm if on a workday during work hours, immediately after a storm and prior to the start of a workday. If snow removal, salting and sanding are not completed by the specified time, the State will provide the service and all costs incurred will be deducted from the next payment estimate. Method of Measurement: The furnishing and maintenance of the construction field office will be measured for payment by the number of calendar months that the office is in place and in operation, rounded up to the nearest month. There will not be any price adjustment due to any change in the minimum computer related hardware and software requirements. Basis of Payment: The furnishing and maintenance of the Construction Field Office will be paid for at the Contract unit price per month for “Construction Field Office, Medium,” which price shall include all material, equipment, labor, service contracts, licenses, software, repair or replacement of hardware and software, related supplies, utility services, parking area, external illumination, trash removal, snow and ice removal, and work incidental thereto, as well as any other costs to provide requirements of this specified this specification. Pay Item Pay Unit Construction Field Office, Medium Month  

171-401 & 171-402 145

Page 146: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

ITEM #0971001A - MAINTENANCE AND PROTECTION OF TRAFFIC Article 9.71.01 – Description is supplemented by the following: The Contractor shall maintain and protect traffic as described by the following and as limited in the Special Provision "Prosecution and Progress": Ramps and Turning Roadways The Contractor shall maintain and protect existing traffic operations. Excepted therefrom will be those periods, during the allowable periods, when the Contractor is actively working, at which time the Contractor shall be allowed to maintain and protect a minimum of one lane of traffic, on a paved travel path not less than 12 feet in width. Town of Meriden – Route 5 at Intersection 079-210; Town of Bloomfield – Route 218 at Intersection 011-209, Route 178 at Intersection 011-252; Town of Cheshire – Route 10 at Intersection 025-225; Town of East Hartford – Route 502 at Intersection 042-251; Town of New Britain – Route 372 at Intersection 088-221, Route 71 at Intersections 088-247 and 088-279; Town of Plainville – Route 10 at Intersection 109-201; Town of Rocky Hill – Route 99 at Intersection 118-209; Town of Southington – Route 322 at Intersection 131-233; Town of Wethersfield – Route 175 at Intersection 159-230; Town of Windsor Locks – Routes 140 and 159 at Intersection 165-213. The Contractor shall maintain and protect existing traffic operations. Excepted therefrom will be those periods, during the allowable periods when the Contractor is actively working, at which time, the Contractor shall maintain and protect a minimum of one lane of traffic in each direction, each lane on a paved travel path not less than 11 feet in width. Excepted therefrom will be those periods, during the allowable periods, when the Contractor is actively working on installing spans or mast arms, at which time the Contractor will be allowed to halt traffic for a period not to exceed ten minutes. The Contractor shall allow all stored vehicles to proceed through the work area before halting traffic for another ten-minute period. All Other Roadways The Contractor shall maintain and protect a minimum of one lane of traffic in each direction, each lane on a paved travel path not less than 11 feet in width.

171-401 & 171-402 146

Page 147: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

Excepted therefrom will be those periods, during the allowable periods, when the Contractor is actively working, at which time the Contractor shall maintain and protect at least an alternating one-way traffic operation, on a paved travel path not less than 11 feet in width. The length of the alternating one-way traffic operation shall not exceed 300 feet and there shall be no more than one alternating one-way traffic operation within the project limits without prior approval of the Engineer. Commercial and Residential Driveways The Contractor shall maintain access to and egress from all commercial and residential driveways throughout the project limits. The Contractor will be allowed to close said driveways to perform the required work during those periods when the businesses are closed, unless permission is granted from the business owner to close the driveway during business hours. If a temporary closure of a residential driveway is necessary, the Contractor shall coordinate with the owner to determine the time period of the closure. Intermediate Term Sidewalk Closures

The Contractor shall maintain and protect existing pedestrian accommodations or a minimum of 4 feet in width on all existing sidewalks, sidewalk ramps, and access to pedestrian pushbuttons. Excepted therefrom will be those periods where the Contractor will be allowed to close pedestrian sidewalks and sidewalk ramps and restrict access to pedestrian pushbuttons for no longer than a continuous 48 hour period for the purpose of constructing pedestrian amenities or installation of signal equipment. No more than two corners of an intersection may be closed for intermediate term sidewalk closure at any time. Where all four corners of an intersection have sidewalks and sidewalk ramps, diagonal corners shall not be closed at the same time. During the intermediate term sidewalk closure, all approaches to the sidewalk shall be blocked by ADA compliant construction barricades with Sidewalk Closed signs. The ADA compliant construction barricades shall conform to the following:

have continuous detectable bottom and top surfaces to be detectable to users of long canes the bottom of the bottom surface shall be no higher than 2 inches above the ground the top of the top surface shall be no lower than 32 inches above the ground.

Traffic control signals with pedestrian phases located within 50 feet from an intermediate term sidewalk or sidewalk ramps closure shall be revised during the duration of the intermediate term sidewalk closure to activate the pedestrian phase in every signal cycle. Intermediate term sidewalk closures may be extended to 72 hours with approval from the Engineer.

171-401 & 171-402 147

Page 148: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

Article 9.71.03 - Construction Method is supplemented as follows: General Unpaved travel paths will only be permitted for areas requiring full depth and full width reconstruction, in which case, the Contractor will be allowed to maintain traffic on processed aggregate for a duration not to exceed 10 calendar days. The unpaved section shall be the full width of the road and perpendicular to the travel lanes. Opposing traffic lane dividers shall be used as a centerline. The Contractor is required to delineate any raised structures within the travel lanes, so that the structures are visible day and night, unless there are specific contract plans and provisions to temporarily lower these structures prior to the completion of work. The Contractor shall schedule operations so that pavement removal and roadway resurfacing shall be completed full width across a roadway (bridge) section by the end of a workday (work night), or as directed by the Engineer. When the installation of all intermediate courses of bituminous concrete pavement is completed for the entire roadway, the Contractor shall install the final course of bituminous concrete pavement. When the Contractor is excavating adjacent to the roadway, the Contractor shall provide a 3-foot shoulder between the work area and travel lanes, with traffic drums spaced every 50 feet. At the end of the workday, if the vertical drop-off exceeds 3 inches, the Contractor shall provide a temporary traversable slope of 4:1 or flatter that is acceptable to the Engineer. The Contractor, during the course of active construction work on overhead signs and structures, shall close the lanes directly below the work area for the entire length of time overhead work is being undertaken. At no time shall an overhead sign be left partially removed or installed. If applicable, when an existing sign is removed, it shall be either relocated or replaced by a new sign during the same working day. The Contractor shall not store any material on-site which would present a safety hazard to motorists or pedestrians (e.g. fixed object or obstruct sight lines). The field installation of a signing pattern shall constitute interference with existing traffic operations and shall not be allowed, except during the allowable periods. Construction vehicles entering travel lanes at speeds less than the posted speed are interfering with traffic, and shall not be allowed without a lane closure. The lane closure shall be of sufficient length to allow vehicles to enter or exit the work area at posted speeds, in order to merge with existing traffic.

171-401 & 171-402 148

Page 149: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

Existing Signing The Contractor shall maintain all existing overhead and side-mounted signs throughout the project limits during the duration of the project. The Contractor shall temporarily relocate signs and sign supports as many times as deemed necessary, and install temporary sign supports if necessary and as directed by the Engineer. Signing Patterns The Contractor shall erect and maintain all signing patterns in accordance with the traffic control plans contained herein. Proper distances between advance warning signs and proper taper lengths are mandatory. Pavement Markings - Non-Limited Access Multilane Roadways Secondary and Local Roadways During construction, the Contractor shall maintain all pavement markings on paved surfaces on all roadways throughout the limits of the project. Final Pavement Markings The Contractor should install painted pavement markings on the final course of bituminous concrete pavement by the end of the work day/night. If the painted pavement markings are not installed by the end of the work day/night, then Temporary Plastic Pavement Marking Tape shall be installed as described above and the painted pavement markings shall be installed by the end of the work day/night on Friday of that week. If Temporary Plastic Pavement Marking Tape is installed, the Contractor shall remove and dispose of these markings when the painted pavement markings are installed. The cost of furnishing, installing and removing the Temporary Plastic Pavement Marking Tape shall be at the Contractor’s expense. The Contractor shall install permanent Epoxy Resin Pavement Markings in accordance with Section 12.10 entitled “Epoxy Resin Pavement Markings, Symbols, and Legends” after such time as determined by the Engineer. TRAFFIC CONTROL DURING CONSTRUCTION OPERATIONS The following guidelines shall assist field personnel in determining when and what type of traffic control patterns to use for various situations. These guidelines shall provide for the safe and efficient movement of traffic through work zones and enhance the safety of work forces in the work area.

171-401 & 171-402 149

Page 150: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

TRAFFIC CONTROL PATTERNS Traffic control patterns shall be used when a work operation requires that all or part of any vehicle or work area protrudes onto any part of a travel lane or shoulder. For each situation, the installation of traffic control devices shall be based on the following:

Speed and volume of traffic Duration of operation Exposure to hazards

Traffic control patterns shall be uniform, neat and orderly so as to command respect from the motorist. In the case of a horizontal or vertical sight restriction in advance of the work area, the traffic control pattern shall be extended to provide adequate sight distance for approaching traffic. If a lane reduction taper is required to shift traffic, the entire length of the taper should be installed on a tangent section of roadway so that the entire taper area can be seen by the motorist. Any existing signs that are in conflict with the traffic control patterns shall be removed, covered, or turned so that they are not readable by oncoming traffic. When installing a traffic control pattern, a Buffer Area should be provided and this area shall be free of equipment, workers, materials and parked vehicles. Typical traffic control plans 19 through 25 may be used for moving operations such as line striping, pot hole patching, mowing, or sweeping when it is necessary for equipment to occupy a travel lane. Traffic control patterns will not be required when vehicles are on an emergency patrol type activity or when a short duration stop is made and the equipment can be contained within the shoulder. Flashing lights and appropriate trafficperson shall be used when required. Although each situation must be dealt with individually, conformity with the typical traffic control plans contained herein is required. In a situation not adequately covered by the typical traffic control plans, the Contractor must contact the Engineer for assistance prior to setting up a traffic control pattern. PLACEMENT OF SIGNS Signs must be placed in such a position to allow motorists the opportunity to reduce their speed prior to the work area. Signs shall be installed on the same side of the roadway as the work area. On multi-lane divided highways, advance warning signs shall be installed on both sides of the highway. On directional roadways (on-ramps, off-ramps, one-way roads), where the sight distance to signs is restricted, these signs should be installed on both sides of the roadway.

171-401 & 171-402 150

Page 151: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

ALLOWABLE ADJUSTMENT OF SIGNS AND DEVICES SHOWN ON THE TRAFFIC CONTROL PLANS

The traffic control plans contained herein show the location and spacing of signs and devices under ideal conditions. Signs and devices should be installed as shown on these plans whenever possible. The proper application of the traffic control plans and installation of traffic control devices depends on actual field conditions. Adjustments to the traffic control plans shall be made only at the direction of the Engineer to improve the visibility of the signs and devices and to better control traffic operations. Adjustments to the traffic control plans shall be based on safety of work forces and motorists, abutting property requirements, driveways, side roads, and the vertical and horizontal curvature of the roadway. The Engineer may require that the traffic control pattern be located significantly in advance of the work area to provide better sight line to the signing and safer traffic operations through the work zone. Table I indicates the minimum taper length required for a lane closure based on the posted speed limit of the roadway. These taper lengths shall only be used when the recommended taper lengths shown on the traffic control plans cannot be achieved.

TABLE I – MINIMUM TAPER LENGTHS

POSTED SPEED LIMIT MILES PER HOUR

MINIMUM TAPER LENGTH IN FEET FOR A SINGLE LANE CLOSURE

30 OR LESS 35 40 45 50 55 65

180 250 320 540 600 660 780

171-401 & 171-402 151

Page 152: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

SECTION 1. WORK ZONE SAFETY MEETINGS 1.a) Prior to the commencement of work, a work zone safety meeting will be conducted with

representatives of DOT Construction, Connecticut State Police (Local Barracks), Municipal Police, the Contractor (Project Superintendent) and the Traffic Control Subcontractor (if different than the prime Contractor) to review the traffic operations, lines of responsibility, and operating guidelines which will be used on the project. Other work zone safety meetings during the course of the project should be scheduled as needed.

1.b) A Work Zone Safety Meeting Agenda shall be developed and used at the meeting to

outline the anticipated traffic control issues during the construction of this project. Any issues that can’t be resolved at these meetings will be brought to the attention of the District Engineer and the Office of Construction. The agenda should include:

Review Project scope of work and time Review Section 1.08, Prosecution and Progress Review Section 9.70, Trafficpersons Review Section 9.71, Maintenance and Protection of Traffic Review Contractor’s schedule and method of operations. Review areas of special concern: ramps, turning roadways, medians, lane drops, etc. Open discussion of work zone questions and issues Discussion of review and approval process for changes in contract requirements as they

relate to work zone areas SECTION 2. GENERAL 2.a) If the required minimum number of signs and equipment (i.e. one High Mounted

Internally Illuminated Flashing Arrow for each lane closed, two TMAs, Changeable Message Sign, etc.) are not available; the traffic control pattern shall not be installed.

2.b) The Contractor shall have back-up equipment (TMAs, High Mounted Internally Illuminated Flashing Arrow, Changeable Message Sign, construction signs, cones/drums, etc.) available at all times in case of mechanical failures, etc. The only exception to this is in the case of sudden equipment breakdowns in which the pattern may be installed but the Contractor must provide replacement equipment within 24 hours.

2.c) Failure of the Contractor to have the required minimum number of signs, personnel and

equipment, which results in the pattern not being installed, shall not be a reason for a time extension or claim for loss time.

2.d) In cases of legitimate differences of opinion between the Contractor and the Inspection

staff, the Inspection staff shall err on the side of safety. The matter shall be brought to

171-401 & 171-402 152

Page 153: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

the District Office for resolution immediately or, in the case of work after regular business hours, on the next business day.

SECTION 3. INSTALLING AND REMOVING TRAFFIC CONTROL PATTERNS 3.a) Lane Closures shall be installed beginning with the advance warning signs and

proceeding forward toward the work area. 3.b) Lane Closures shall be removed in the reverse order, beginning at the work area, or end

of the traffic control pattern, and proceeding back toward the advance warning signs. 3.c) Stopping traffic may be allowed:

As per the contract for such activities as blasting, steel erection, etc. During paving, milling operations, etc. where, in the middle of the operation, it

is necessary to flip the pattern to complete the operation on the other half of the roadway and traffic should not travel across the longitudinal joint or difference in roadway elevation.

To move slow moving equipment across live traffic lanes into the work area.

3.d) Under certain situations when the safety of the traveling public and/or that of the workers may be compromised due to conditions such as traffic volume, speed, roadside obstructions, or sight line deficiencies, as determined by the Engineer and/or State Police, traffic may be briefly impeded while installing and/or removing the advance warning signs and the first ten traffic cones/drums only. Appropriate measures shall be taken to safely slow traffic. If required, traffic slowing techniques may be used and shall include the use of Truck Mounted Impact Attenuators (TMAs) as appropriate, for a minimum of one mile in advance of the pattern starting point. Once the advance warning signs and the first ten traffic cones/drums are installed/removed, the TMAs and sign crew shall continue to install/remove the pattern as described in Section 5 and traffic shall be allowed to resume their normal travel.

3.e) The Contractor must adhere to using the proper signs, placing the signs correctly, and

ensuring the proper spacing of signs. 3.f) Additional devices are required on entrance ramps, exit ramps, and intersecting roads to

warn and/or move traffic into the proper travelpath prior to merging/exiting with/from the main line traffic. This shall be completed before installing the mainline pattern past the ramp or intersecting roadway.

3.g) Prior to installing a pattern, any conflicting existing signs shall be covered with an

opaque material. Once the pattern is removed, the existing signs shall be uncovered.

171-401 & 171-402 153

Page 154: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

3.h) On limited access roadways, workers are prohibited from crossing the travel lanes to install and remove signs or other devices on the opposite side of the roadway. Any signs or devices on the opposite side of the roadway shall be installed and removed separately.

SECTION 4. USE OF HIGH MOUNTED INTERNALLY ILLUMINATED FLASHING

ARROW 4.a) On limited access roadways, one Flashing Arrow shall be used for each lane that is

closed. The Flashing Arrow shall be installed concurrently with the installation of the traffic control pattern and its placement shall be as shown on the traffic control plan. For multiple lane closures, one Flashing Arrow is required for each lane closed. If conditions warrant, additional Flashing Arrows should be employed (i.e.: curves, major ramps, etc.).

4.b) On non-limited access roadways, the use of a Flashing Arrow for lane closures is

optional. The roadway geometry, sight line distance, and traffic volume should be considered in the decision to use the Flashing Arrow.

4.c) The Flashing Arrow shall not be used on two lane, two-way roadways for temporary

alternating one-way traffic operations. 4.d) The Flashing Arrow board display shall be in the “arrow” mode for lane closure tapers

and in the “caution” mode (four corners) for shoulder work, blocking the shoulder, or roadside work near the shoulder. The Flashing Arrow shall be in the “caution” mode when it is positioned in the closed lane.

4.e) The Flashing Arrow shall not be used on a multi-lane roadway to laterally shift all lanes

of traffic, because unnecessary lane changing may result. SECTION 5. USE OF TRUCK MOUNTED IMPACT ATTENUATOR VEHICLES

(TMAs) 5.a) For lane closures on limited access roadways, a minimum of two TMAs shall be used to

install and remove traffic control patterns. If two TMAs are not available, the pattern shall not be installed.

5.b) On non-limited access roadways, the use of TMAs to install and remove patterns closing

a lane(s) is optional. The roadway geometry, sight line distance, and traffic volume should be considered in the decision to utilize the TMAs.

5.c) Generally, to establish the advance and transition signing, one TMA shall be placed on

the shoulder and the second TMA shall be approximately 1,000 feet ahead blocking the lane. The flashing arrow board mounted on the TMA should be in the “flashing arrow” mode when taking the lane. The sign truck and workers should be immediately ahead of

171-401 & 171-402 154

Page 155: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

the second TMA. In no case shall the TMA be used as the sign truck or a work truck. Once the transition is in place, the TMAs shall travel in the closed lane until all Changeable Message Signs, signs, Flashing Arrows, and cones/drums are installed. The flashing arrow board mounted on the TMA should be in the “caution” mode when traveling in the closed lane.

5.d) A TMA shall be placed prior to the first work area in the pattern. If there are multiple

work areas within the same pattern, then additional TMAs shall be positioned at each additional work area as needed. The flashing arrow board mounted on the TMA should be in the “caution” mode when in the closed lane.

5.e) TMAs shall be positioned a sufficient distance prior to the workers or equipment being

protected to allow for appropriate vehicle roll-ahead in the event that the TMA is hit, but not so far that an errant vehicle could travel around the TMA and into the work area. For additional placement and use details, refer to the specification entitled “Type ‘D’ Portable Impact Attenuation System”. Some operations, such as paving and concrete repairs, do not allow for placement of the TMA(s) within the specified distances. In these situations, the TMA(s) should be placed at the beginning of the work area and shall be advanced as the paving or concrete operations proceed.

5.f) TMAs should be paid in accordance with how the unit is utilized. When it is used as a

TMA and is in the proper location as specified, and then it should be paid at the specified hourly rate for “Type ‘D’ Portable Impact Attenuation System”. When the TMA is used as a Flashing Arrow, it should be paid at the daily rate for “High Mounted Internally Illuminated Flashing Arrow”. If a TMA is used to install and remove a pattern and then is used as a Flashing Arrow, the unit should be paid as a “Type ‘D’ Portable Impact Attenuation System” for the hours used to install and remove the pattern, typically 2 hours (1 hour to install and 1 hour to remove), and is also paid for the day as a “High Mounted Internally Illuminated Flashing Arrow”.

SECTION 6. USE OF TRAFFIC DRUMS AND TRAFFIC CONES 6.a) Traffic drums shall be used for taper channelization on limited-access roadways, ramps,

and turning roadways and to delineate raised catch basins and other hazards. 6.b) Traffic drums shall be used in place of traffic cones in traffic control patterns that are in

effect for more than a 36-hour duration. 6.c) Traffic Cones less than 42 inches in height shall not be used on limited-access roadways

or on non-limited access roadways with a posted speed limit of 45 mph and above. 6.d) Typical spacing of traffic drums and/or cones shown on the Traffic Control Plans in the

Contract are maximum spacings and may be reduced to meet actual field conditions as required.

171-401 & 171-402 155

Page 156: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

SECTION 7. USE OF (REMOTE CONTROLLED) CHANGEABLE MESSAGE SIGNS (CMS) 7.a) For lane closures on limited access roadways, one CMS shall be used in advance of the traffic

control pattern. Prior to installing the pattern, the CMS shall be installed and in operation, displaying the appropriate lane closure information (i.e.: Left Lane Closed - Merge Right). The CMS shall be positioned ½ - 1 mile ahead of the lane closure taper. If the nearest Exit ramp is greater than the specified ½ - 1 mile distance, than an additional CMS shall be positioned a sufficient distance ahead of the Exit ramp to alert motorists to the work and therefore offer them an opportunity to take the exit.

7.b) CMS should not be installed within 1000 feet of an existing CMS.

7.c) On non-limited access roadways, the use of CMS for lane closures is optional. The

roadway geometry, sight line distance, and traffic volume should be considered in the decision to use the CMS.

7.d) The advance CMS is typically placed off the right shoulder, 5 feet from the edge of

pavement. In areas where the CMS cannot be placed beyond the edge of pavement, it may be placed on the paved shoulder with a minimum of five (5) traffic drums placed in a taper in front of it to delineate its position. The advance CMS shall be adequately protected if it is used for a continuous duration of 36 hours or more.

7.e) When the CMS are no longer required, they should be removed from the clear zone and

have the display screen cleared and turned 90 away from the roadway. 7.f) The CMS generally should not be used for generic messages (ex: Road Work Ahead,

Bump Ahead, Gravel Road, etc.). 7.g) The CMS should be used for specific situations that need to command the motorist’s

attention which cannot be conveyed with standard construction signs (Examples include: Exit 34 Closed Sat/Sun - Use Exit 35, All Lanes Closed - Use Shoulder, Workers on Road - Slow Down).

7.h) Messages that need to be displayed for long periods of time, such as during stage

construction, should be displayed with construction signs. For special signs, please coordinate with the Office of Construction and the Division of Traffic Engineering for the proper layout/dimensions required.

7.i) The messages that are allowed on the CMS are as follows:

171-401 & 171-402 156

Page 157: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

Message No. Frame 1 Frame 2 Message No. Frame 1 Frame 2

1 LEFT

LANE CLOSED

MERGE RIGHT

9 LANES CLOSED AHEAD

REDUCE SPEED

2 2 LEFT

LANES CLOSED

MERGE RIGHT

10 LANES CLOSED AHEAD

USE CAUTION

3 LEFT

LANE CLOSED

REDUCE SPEED

11 WORKERS ON

ROAD

REDUCE SPEED

4 2 LEFT

LANES CLOSED

REDUCE SPEED

12 WORKERS ON

ROAD

SLOW DOWN

5 RIGHT

LANE CLOSED

MERGE LEFT

13 EXIT XX CLOSED

USE EXIT YY

6 2 RIGHT

LANES CLOSED

MERGE LEFT

14 EXIT XX CLOSED USE YY

FOLLOW DETOUR

7 RIGHT

LANE CLOSED

REDUCE SPEED

15 2 LANES SHIFT AHEAD

USE CAUTION

8 2 RIGHT

LANES CLOSED

REDUCE SPEED

16 3 LANES SHIFT AHEAD

USE CAUTION

For any other message(s), approval must be received from the Office of Construction prior to

their use. No more than two (2) displays shall be used within any message cycle.

171-401 & 171-402 157

Page 158: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

SECTION 8. USE OF STATE POLICE OFFICERS 8.a) State Police may be utilized only on limited access highways and secondary roadways

under their primary jurisdiction. One Officer may be used per critical sign pattern. Shoulder closures and right lane closures can generally be implemented without the presence of a State Police Officer. Likewise in areas with moderate traffic and wide, unobstructed medians, left lane closures can be implemented without State Police presence. Under some situations it may be desirable to have State Police presence, when one is available. Examples of this include: nighttime lane closures; left lane closures with minimal width for setting up advance signs and staging; lane and shoulder closures on turning roadways/ramps or mainline where sight distance is minimal; and closures where extensive turning movements or traffic congestion regularly occur, however they are not required.

8.b) Once the pattern is in place, the State Police Officer should be positioned in a non- hazardous location in advance of the pattern If traffic backs up beyond the beginning of the pattern, then the State Police Officer shall be repositioned prior to the backup to give warning to the oncoming motorists. The State Police Officer and TMA should not be in proximity to each other.

8.c) Other functions of the State Police Officer(s) may include:

• Assisting entering/exiting construction vehicles within the work area.

• Enforcement of speed and other motor vehicle laws within the work area, if specifically requested by the project.

8.d) State Police Officers assigned to a work site are to only take direction from the Engineer.

171-401 & 171-402 158

Page 159: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 159

Page 160: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 160

Page 161: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 161

Page 162: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 162

Page 163: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 163

Page 164: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 164

Page 165: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 165

Page 166: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 166

Page 167: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 167

Page 168: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 168

Page 169: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 169

Page 170: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 170

Page 171: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

171-401 & 171-402 171

Page 172: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6/18/18

ITEM #0971001A

Article 9.71.05 – Basis of Payment is supplemented by the following: The cost of furnishing, installing, and removing the ADA compliant construction barricades used for intermediate term sidewalk closures shall be paid for under the item “Maintenance and Protection of Traffic.”

171-401 & 171-402 172

Page 173: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

ITEM #1002201A - TRAFFIC CONTROL FOUNDATION – SPAN POLE Description: Work under this item shall consist of designing and constructing drilled shaft foundations for steel span poles, in accordance with the details shown on the plans and as ordered by the Engineer. Materials: The reinforcing steel shall be uncoated, ASTM A615, Grade 60 reinforcement conforming to the requirements of Article M.06.01. The concrete for the drilled shaft shall conform to Article M.03 for Class ‘F’ Concrete. The 28 day minimum compressive strength of the concrete in the constructed foundation shall be 4,400 psi. The concrete mix design, including admixtures, shall be submitted to the Engineer for approval. The slurry shall be Contractor designed mineral slurry that meets the range of values listed herein. The slurry mix design, including admixtures, shall be submitted to the Engineer for approval. Rigid metal conduit, ground rod sleeves and related hardware, and end caps shall be galvanized steel conduit, and shall conform to Article M.15.09. Ground rods shall be 0.625 in. diameter by 10.0 ft. long copper clad steel. The copper cladding shall be a minimum thickness of 0.128 in. The ground clamp shall be a square-head bolt type, approved for direct burial. Bare copper wire shall conform to Article M.15.13. Topsoil shall conform to Article M.13.01. Fertilizer shall conform to Article M.13.03. Seed mixture shall conform to Article M.13.04. Mulch shall conform to Article M.13.05. Erosion control matting shall conform to Article M.13.09. Construction Methods: For the purpose of bidding this item, the Contractor shall assume that the subsurface conditions for each drilled shaft foundation location consists of cohesionless, medium dense, granular soil (AASHTO A-1 or A-2) with cobbles present and a high groundwater table which requires the use of wet construction/concreting methods. During excavation and construction of each foundation, should the Contractor encounter subsurface conditions that differ materially from those assumed at the time of bid, the Contractor shall notify the Engineer. All matters regarding increased cost relating to an agreed upon change in subsurface conditions will be handled per Section 1.04.04 – Differing Site Conditions.

171-401 & 171-402 173

Page 174: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

The design of drilled shaft foundations shall conform to the requirements of AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals – latest edition, including the latest interim specifications, available prior to the advertising date of the contract, amended as follows:

1. The foundation shall be designed for the soils and rock properties and parameters based on the subsurface conditions (character of the soil and rock, presence of ground water, etc.) in the location of, adjacent to and below the drilled shaft foundation excavation. The need and extent of all subsurface explorations and investigations shall be determined by the Contractor.

2. The specified compressive strength, f’c, of the concrete used in the design shall be 4,000 psi.

3. The reinforcement shall be uncoated and conform to ASTM A615, Grade 60.

4. The foundation shall be designed for the span pole reactions of all group loads

and load combinations. The reactions shall include axial, shear, flexural and torsional load effects. No reduction of the reactions or increase in the allowable stresses of the materials is permitted.

5. The diameter of the drilled shaft foundation shall be 3.0 ft., unless otherwise allowed by the Engineer.

6. The design of the drilled shaft foundation shall include embedment of the

foundation in soil, the embedment of the foundation in rock or the embedment of the foundation partially in soil and partially in rock, as applicable.

7. The design of the drilled shaft embedment depth shall account for the slope of the

finished grade.

8. The minimum embedment for a drilled shaft foundation, constructed entirely in soil, shall be no less than 12.0 ft. below the finished grade at the low side of a sloping grade. The minimum embedment for a drilled shaft foundation, constructed entirely in rock shall be no less than 8.0 ft. below the finished grade at the low side of a sloping grade.

9. The embedment depth for a drilled shaft foundation, determined by the Brom’s

design method, shall have a minimum factor of safety of 3.25 applied to the shear and moment load effects. The factor of safety applied to the torsional load effect shall be no less than 1.3.

10. The load factor method shall be used for the structural design of the drilled shaft foundation. The load factor applied to all loads, dead, wind and ice, and their effects, axial, shear, flexure and torsion, shall be no less than 1.6. The drilled

171-401 & 171-402 174

Page 175: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

shaft may be designed in accordance with the load factor method presented in the latest edition of the Building Code Requirements for Reinforced Concrete”, ACI 318.

11. The structural design of the drilled shaft shall be based on stress and strain

compatibility in the circular drilled shaft cross section.

12. The drilled shaft foundation shall be reinforced with longitudinal and transverse reinforcement. The area of longitudinal reinforcement should be no less than the sum of the reinforcement required for flexure and the longitudinal reinforcement required for torsion. The area of transverse reinforcement should be no less than the sum of the reinforcement required for shear and the transverse reinforcement required for torsion.

13. The minimum number of longitudinal reinforcing bars shall be 16. The minimum

size of longitudinal reinforcing bars shall be #8. The minimum area of longitudinal reinforcing bars shall be no less than 1% of the gross cross-sectional area of the shaft. The minimum clear distance between longitudinal reinforcing bars shall be no less than 5 times the maximum aggregate size or 5 in., whichever is greater. The reinforcement shall extend full length of the drilled shaft foundation, including the pedestal. Splicing of the longitudinal reinforcement is not permitted.

14. The drilled shaft foundation shall be transversely reinforced with spirals or

circular, one piece, enclosed ties. The minimum size of the transverse reinforcement shall be #4. The maximum spacing/pitch of the transverse reinforcement shall be no more than 6 in. The minimum spacing/pitch of the transverse reinforcement shall be no more than 4 in. The spiral reinforcement shall be terminated at the top and the bottom with 1 ½ turns of the reinforcing and a 135° standard hook. Spirals may be spliced with lap splices or mechanical connectors. For spirals, the minimum lap splice length shall be 1.7 times the tension development length (including modification factors) of the bar or 48 bar diameters, whichever is greater. For spirals, the mechanical connectors shall develop both in tension and compression 125% of the specified yield strength of the bar and conform to the latest edition of the AASHTO LRFD Bridge Design Specifications, including the latest interim specifications. For ties, the minimum lap splice length shall be no less than 1.7 times the tension development length (including modification factors) of the bar. Tie lap splices shall be alternated.

15. The design of the foundation shall be coordinated with the traffic structure to avoid conflicts between the embedded support anchorage and the foundation reinforcement.

16. The design of the foundation shall take into consideration the effect of the foundation on adjacent structures, and the effect of adjacent structures on the foundation.

171-401 & 171-402 175

Page 176: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

Prior to excavating for the foundation, the Contractor shall submit working drawings and design calculations, with all details and documents necessary for fabrication and construction, for each span pole foundation in a span wire structure configuration for review in accordance with the “Notice To Contractor – Special Provision 1.05” and the special provision “Section 1.05 – Control Of Work”. The working drawings and design calculations for the span pole foundations shall conform to working drawing requirements for permanent construction. A single set of working drawings with tabulated data for multiple span pole foundations in span wire structure configuration is allowed. Each span pole foundation shall be referenced with an alpha-numeric identifier noted on the Contract documents. The working drawings and calculations shall be prepared in Customary U.S. units. The span pole foundation working drawing and calculation submittal shall include the following:

1. title sheet

2. table of contents

3. contact information for designer – contact information shall include name and address of design firm, name of contact person with phone number and email address

4. copy of the certificate of insurance

5. foundation working drawings

6. foundation design calculations

The working drawings shall include complete details of all foundation components. The drawings shall include, but not be limited to the following:

1. the Project number, town and support identification number

2. reference to the design specifications, including interim specifications

3. material specifications for all components

4. embedment depths for foundation in soil, rock and a combination of soil and rock

5. anchor bolt details, including dimensions, embedment and projection

The design calculations shall include, but not be limited to the following:

171-401 & 171-402 176

Page 177: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

1. the Project number, town and support identification number

2. references to design specifications, including interim specifications, and the applicable code section and articles

3. description/documentation for all computer programs used in the design

4. drawings/models of the foundation with dimensions, loads and references to the local and global coordinate systems used (as applicable), to facilitate review of the results

5. traffic structure reactions of all group loads and load combinations

6. soil and rock design parameters

7. computations demonstrating the geotechnical and structural capacity of the drilled shaft is adequate for all group load combinations

Prior to excavating for the foundation, the Contractor shall submit the following:

Reinforcing Steel Shop Drawings: Based on the reviewed foundation design, the Contractor shall prepare reinforcing steel shop drawings for each foundation. The drawings shall be reviewed and stamped by the foundation designer. Four copies of each reviewed drawing shall be submitted to the Engineer at the District Construction office. One copy of each reviewed and stamped drawing shall be submitted to the “Engineer of Record”. Concrete and Slurry Mix Designs: The Contractor shall submit to the District Engineer the concrete mix design and the slurry mix design, including admixtures, for review. Foundation Construction Procedure: The Contractor shall submit to the District Engineer a written foundation construction procedure outlining the equipment; drilling procedure for soil and rock, including removal of obstructions and removal of excavated spoils; temporary casing placement and removal; slurry placement; reinforcement, anchor bolt and conduit placement; and concrete placement required for the drilled shaft foundation construction for review. The procedure should include contingencies for the various soil, rock and subsurface water conditions that may be encountered during the foundation construction. The Engineer will evaluate the foundation construction procedure for conformance with the contract documents and will then notify the Contractor of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given by the Engineer shall be subject to trial in the field and shall not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. The

171-401 & 171-402 177

Page 178: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

Contractor shall not commence construction of the drilled shafts until the Engineer has accepted the foundation construction procedure.

Excavations required for shafts shall be performed through whatever materials are encountered, to the dimensions and elevations in the working drawings or as ordered by the Engineer. The methods and equipment used shall be suitable for the intended purpose and materials encountered. Shaft excavation may be performed by combinations of augering, rotary drilling, down-the-hole hammer, reverse circulation drilling, clamming, scraping, or other means approved by the Engineer. Generally, either the dry method, wet method, or temporary casing method may be used, as necessary, to produce sound, durable concrete foundation shafts free of defects. The Contractor shall select and use the method that is needed to properly accomplish the work, as determined by site conditions and subject to the approval of the Engineer. The Contractor is responsible for maintaining the stability of the shaft excavation during all phases of construction. Protection of Existing Structures: The Contractor shall be responsible for assuring the methods construction do not cause damage to adjacent structures including bridges and buildings. The Contractor shall control excavation and installation operations in a way that will prevent damage to existing structures and/or utilities, in accordance with 1.07.09 and 1.07.13. Preventive measures shall include, but are not limited to: selecting construction methods and procedures to prevent caving of the excavation, and monitoring and controlling the vibrations from construction activities such as the driving of casing and excavation. The Contractor shall be responsible for any damage to adjacent structures that results from the construction of the foundation. If monitoring is called for in the Contract, a preconstruction survey of existing facilities shall be performed to establish baseline data, including ambient vibration levels and existing structural defects. In general, monumented survey points shall be established on structures which are located within a distance of either 10 foundation diameters or the estimated foundation depth, whichever is greater. These points shall be monitored by the Contractor for vertical and lateral movement in an approved manner to the accuracy required by the Engineer. When deformations exceed 1/8”, the Contractor shall immediately stop work and, if directed by the Engineer to do so, backfill the excavated hole. The Contractor shall be responsible for selecting and using equipment and procedures that prevent deformations of existing structures as specified by the Engineer. When vibrations are to be monitored, the Contractor must engage the services of a professional vibrations consultant to monitor and record vibration levels during foundation construction. Unless the Engineer states otherwise, vibration monitoring equipment must be capable of detecting velocities of 0.10 inch/sec or less. When vibration levels exceed 0.20 inch/sec or otherwise established by the Engineer, the Contractor shall immediately stop the work causing the vibrations and take whatever measures are necessary to reduce vibration levels to below tolerable levels. All costs related to vibration monitoring required in the Contract shall be included in the bid price for the Traffic Control Foundation – Span Pole item.

171-401 & 171-402 178

Page 179: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

The dry method consists of drilling the shaft excavation, removing accumulated water and loose material from the excavation, and placing the shaft concrete in a relatively dry excavation. The dry construction method shall be used only at sites where the groundwater table and site conditions are suitable to permit construction of the shaft in a relatively dry excavation, and where the sides and bottom of the shaft are stable and may be visually inspected prior to placing the concrete. The use of the dry construction method is permitted if less than one foot of water accumulates in the bottom of a hole without pumping over a one hour period, the excavation remains stable and any loose material and water can be removed prior to placement of concrete. The wet construction method shall be used at sites where a dry excavation cannot be maintained for placement of the shaft concrete. Wet construction methods consist of using a mineral slurry to maintain stability of the hole perimeter while advancing the excavation to final depth, placing the reinforcing cage and shaft concrete. This procedure may require desanding and cleaning the slurry; final cleaning of the excavation by means of a bailing bucket, air lift, submersible pump or other devices; and placing the shaft concrete with a tremie. Unless it is demonstrated to the satisfaction of the Engineer that the surface casing is not required, temporary surface casings shall be provided to aid shaft alignment and position, and to prevent sloughing of the top of the shaft excavation. Surface casing is defined as the amount of casing required from the ground surface to a point in the shaft excavation where sloughing of the surrounding soil does not occur. The temporary casing construction method shall be used at all sites where the dry or wet construction methods are inappropriate. Temporary casing construction method consists of advancing the excavation through caving material by the wet method. Temporary casing may be installed by driving or vibratory procedures in advance of excavation to the lower limits of the caving material. When a nearly impervious formation is reached, a casing is placed in the hole and sealed in the nearly impervious formation. After the drilling fluid is removed from the casing, drilling may proceed as with the dry method except that the casing is withdrawn when the shaft concrete is placed. If seepage conditions prevent use of the dry method, excavation is completed using the wet method. Temporary casing may be installed by driving or vibratory procedures in advance of excavation to the lower limits of the caving material. Slurry may be omitted if the casing can be installed with only minor caving of the hole. If the Engineer determines that the foundation material encountered during excavation is unsuitable or differs from that anticipated in the design of the shaft, or if rock is encountered at an unanticipated elevation, the Contractor’s foundation designer shall determine if the foundation embedment should be revised from that shown on the working drawings. If rock is encountered, the Engineer shall be notified to inspect and determine the elevation of the top of competent rock. Any revisions to the foundation embedment during construction shall be reviewed by the Engineer. Excavated materials which are removed from the shaft excavation and any drilled fluids used shall be disposed of by the Contractor as directed by the Engineer and in accordance with Section 1.10. Casings shall be metal, smooth, clean, watertight, and of ample strength to withstand both handling and driving stresses and the pressure of both concrete and the surrounding earth

171-401 & 171-402 179

Page 180: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

materials. The outside diameter of casing shall not be less than the specified size of the shaft. Temporary casings shall be removed while the concrete remains workable (i.e., a slump of 4 in. or greater). Before the casing is withdrawn and while the casing is being withdrawn, a 5.0 ft. minimum head of fresh concrete in the casing shall be maintained so that all the fluid trapped behind the casing is displaced upward without contaminating the shaft concrete. The required minimum concrete head may have to be increased to counteract groundwater head outside the casing. Separation of the concrete by hammering or otherwise vibrating the casing, during withdrawal operations, shall be avoided. Casing extraction shall be at a slow, uniform rate with the pull in line with the shaft axis. Slurry used in the drilling process shall be a mineral slurry. The slurry shall have both a mineral grain size that will remain in suspension and sufficient viscosity and gel characteristics to transport excavated material to a suitable screening system. The percentage and specific gravity of the material used to make the suspension shall be sufficient to maintain the stability of the excavation and to allow proper concrete placement. The level of the slurry shall be maintained at a height sufficient to prevent caving of the hole. The mineral slurry shall be premixed thoroughly with clean fresh water at a temperature above 41° F and adequate time allotted for hydration prior to introduction into the shaft excavation. The elevation of the slurry within the shaft foundation shall be maintained within 24 in. of the top casing and at least 48 in. above the existing water level during drilling and until the concrete placement is essentially complete. The slurry properties shall be maintained at all times, including non-working periods and stoppages. The slurry shall be circulated and agitated, continuously if necessary, to maintain the slurry properties and to prevent it from setting up in the shaft. The Contractor, in the presence of the Engineer, shall perform control tests on the slurry to ensure that the density, viscosity, and pH fall within the acceptable limits tabulated below. The Contractor shall provide all equipment required to perform the tests. If desanding is required, sand content shall not exceed 4% (by volume) at any point in the shaft excavation as determined by the American Petroleum Institute sand content test.

Range of Values (at 68°F)

Property (Units)

Time of Slurry Introduction

Time of Concreting

(in Hole)

Test Method

Density (pcf) 64.3 to 69.1 64.3 to 75.0 Density Balance Viscosity (seconds per quart)

28 to 45 28 to 45 Marsh Cone

pH 8 to 11 8 to 11 pH paper or meter

The control tests to determine unit weight (density), viscosity, and pH values of the slurry shall be done during the shaft excavation to establish a consistent working pattern.

171-401 & 171-402 180

Page 181: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

Prior to placing shaft concrete, slurry samples shall be taken from the bottom and at intervals not exceeding 10.0 ft. for the full height of slurry. Any heavily contaminated slurry that has accumulated at the bottom of the shaft shall be eliminated. The mineral slurry shall be within specification requirements immediately before shaft concrete placement. The hole shall be covered when left unattended. After completing the shaft excavation, all loose material existing at the bottom of the hole shall be removed. Prior to placing the reinforcement into the shaft, the Contractor, in the presence of the Engineer, shall determine the shaft dimensions, depth and alignment of the shaft. The concrete shaft shall not be out of plumb by more than 0.25 in. per foot of depth. The Contractor shall provide all equipment necessary for checking the shaft excavation. The Engineer shall inspect the shaft and verify that it has been properly cleaned. The reinforcing steel shall be fabricated and assembled in accordance with Article 6.02.03. All reinforcement shall be assembled with wire ties. Welding to assemble the reinforcement is not permitted. Immediately after the shaft excavation has been inspected and approved by the Engineer and prior to placement of the concrete, the assembled reinforcing steel cage, including cage stiffener bars, spacers, centralizers, and other necessary appurtenances, shall be carefully placed into the shaft excavation as a unit. Dropping or forcing cages into the shaft will not be allowed. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances of its intended position until the concrete will support the reinforcing steel. When concrete is placed by tremie methods, temporary hold-down devices shall be used to prevent uplifting of the reinforcing steel cage during concrete placement. Concrete spacers or other approved noncorrosive spacing devices shall be used at sufficient intervals not exceeding 5.0 ft. along the shaft to insure concentric location of the cage within the shaft excavation. When the size of the longitudinal reinforcing steel is larger than a #8 bar, such spacing shall not exceed 10.0 ft. After placement of the reinforcing cage, the Engineer shall inspect the shaft to ensure that it has remained clean. If the inspection indicates that loose material has accumulated at the bottom of shaft excavation, the Contractor shall remove the reinforcing cage and reclean the shaft. If directed by the Engineer, the top of the shaft shall be formed square with the length of the sides matching the diameter of the shaft. Concrete construction shall conform to Subarticle 6.01.03-2,3,4,5 and 6 as amended herein. Concrete shall be placed in the shaft excavation as soon as possible, but no more than 4 hours after completion of excavation and cleaning of the bottom of the excavation, and no more than 2 hours after placement of the reinforcing steel cage. Concrete shall be placed in a continuous operation to the top of the shaft. The concrete level shall be horizontal during the pouring operations. Concrete placement shall continue after the shaft is full and good quality concrete is

171-401 & 171-402 181

Page 182: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

evident at the top of the shaft. The elapsed time from the beginning of concrete placement in the shaft to the completion of placement shall not exceed 2 hours. In dry construction, concrete shall be placed in a single continuous operation with the flow of concrete down the center of the shaft excavation so as to consolidate the concrete on impact. During placement operations, the concrete is not permitted to hit the reinforcing steel. A dropchute, consisting of a hopper and flexible hose, may be used to direct the concrete down the center of the foundation and prevent the concrete from hitting the reinforcing steel. Accumulated water shall be removed before placing the concrete. At the time of concrete placement, no more than 2 in. of water may exist at the bottom of the excavation and loose sediment no more than 0.5 in. over one-half the base is acceptable. In wet (slurry) construction, concrete is to be placed by the tremie method, where the concrete displaces the slurry from bottom of the excavation to the top. The concrete shall be placed through a top metal hopper and into a rigid leak-proof elephant trunk tremie tube, sufficiently large enough to permit free flow of concrete. The tremie tube shall be positioned so that it can be removed without disturbing the reinforcing. Initially, the discharge end of the tremie tube shall be sealed closed (plugged) to prevent slurry from entering the tube after it is placed in the excavation and before the tube is filled with concrete. After concrete placement has started, the tremie tube shall be kept full of concrete to the bottom of the hopper to maintain a positive concrete head. The flow of concrete shall be induced by slightly raising the discharge end of the tube, always keeping the tube end in the deposited concrete. No horizontal movement of the tremie tube will be permitted. The shaft concrete shall be vibrated or rodded to a depth of 5.0 ft. below the ground surface except where soft uncased soil or slurry remaining in the excavation will possibly mix with the concrete. Exposed concrete shall be cured and finished in accordance with Subarticle 6.01.03-7, 9 and 10. Anchor bolt assemblies shall be embedded in the concrete as shown on the working drawings. A template plate shall be used to hold the anchor bolt assemblies, conduits and ground rod sleeve in the correct position. The anchor bolts shall be installed plumb. All conduit ends terminating below grade shall be capped with a malleable iron caps. All above-grade conduit ends shall be terminated with an insulated bonding bushing with tinned insert. Ground rod and ground wire shall be installed as shown on the plans. No construction operations that would cause soil movement adjacent to the shaft, other than mild vibration, shall be conducted for at least 48 hours after shaft concrete has been placed. The top of the foundations shall be backfilled and the adjacent disturbed ground surfaces restored to match the surrounding area after the concrete has cured and the forms are removed. Placement of topsoil shall conform to Articles 9.44.01 and 9.44.03. Turf establishment shall conform to Article 9.50.03.

171-401 & 171-402 182

Page 183: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002201A

The span poles shall not be erected on the foundation until the concrete in the shaft has attained a 28 day compressive strength, f’c, greater than or equal to 4,000 psi. Method of Measurement: This work will be measured for payment by the number of foundation units, each completely installed and accepted. The work to remove rock from the foundation excavation will be measured from the top of rock to the bottom of rock excavation. Basis of Payment: The work will be paid for at the contract unit price each for “Traffic Control Foundation – Span Pole,” completed and accepted in place, which price shall include all equipment, materials, tools and labor incidental to the subsurface exploration, design, fabrication, protection of existing facilities, utilities, and structures, establishing of monitoring points, deformation monitoring, vibration monitoring, construction and disposal of drilling spoils, of the foundations at the locations specified on the plans. Backfilling and restoration of adjacent ground surfaces (pavement, slope protection, topsoil and seed, etc.) in all areas disturbed by the work will not be paid for separately, but will be included as part of the work. The Engineer will determine the type, thickness and horizontal limits of the surfaces to be restored. When rock is encountered within the limits of excavation, its removal will be paid for at the contract unit price per vertical foot for "Rock in Foundation Excavation," which price shall include any additional excavation to remove the rock and any additional concrete required to fill the excavation beyond the designed foundation hole dimensions. Rock, in so far as it applies to "Rock in Foundation Excavation," shall be defined as rock in definite ledge formation, boulders, or portions of boulders, cement masonry structures, concrete structures or Portland cement concrete pavement which has a cross-sectional area that exceeds 50% of the cross-sectional area of the designed foundation hole.

171-401 & 171-402 183

Page 184: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

ITEM #1002202A - TRAFFIC CONTROL FOUNDATION – MAST ARM Description: Work under this item shall consist of designing and constructing drilled shaft foundations for mast arm assemblies, in accordance with the details shown on the plans and as ordered by the Engineer. Materials: The reinforcing steel shall be uncoated, ASTM A615, Grade 60 reinforcement conforming to the requirements of Article M.06.01. The concrete for the drilled shaft shall conform to Article M.03 for Class ‘F’ Concrete. The 28 day minimum compressive strength of the concrete in the constructed foundation shall be 4,400 psi. The concrete mix design, including admixtures, shall be submitted to the Engineer for approval. The slurry shall be Contractor designed mineral slurry that meets the range of values listed herein. The slurry mix design, including admixtures, shall be submitted to the Engineer for approval. Rigid metal conduit, ground rod sleeves and related hardware, and end caps shall be galvanized steel conduit, and shall conform to Article M.15.09. Ground rods shall be 0.625 in. diameter by 10.0 ft. long copper clad steel. The copper cladding shall be a minimum thickness of 0.128 in. The ground clamp shall be a square-head bolt type, approved for direct burial. Bare copper wire shall conform to Article M.15.13. Topsoil shall conform to Article M.13.01. Fertilizer shall conform to Article M.13.03. Seed mixture shall conform to Article M.13.04. Mulch shall conform to Article M.13.05. Erosion control matting shall conform to Article M.13.09. Construction Methods: For the purpose of bidding this item, the Contractor shall assume that the subsurface conditions for each drilled shaft foundation location consists of cohesionless, medium dense, granular soil (AASHTO A-1 or A-2) with cobbles present and a high groundwater table which requires the use of wet construction/concreting methods. During excavation and construction of each foundation, should the Contractor encounter subsurface conditions that differ materially from those assumed at the time of bid, the Contractor shall notify the Engineer. All matters regarding increased cost relating to an agreed upon change in subsurface conditions will be handled per Section 1.04.04 – Differing Site Conditions.

171-401 & 171-402 184

Page 185: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

The design of drilled shaft foundations shall conform to the requirements of AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals – latest edition, including the latest interim specifications, available prior to the advertising date of the contract, amended as follows:

1. The foundation shall be designed for the soils and rock properties and parameters based on the subsurface conditions (character of the soil and rock, presence of ground water, etc.) in the location of, adjacent to and below the drilled shaft foundation excavation. The need and extent of all subsurface explorations and investigations shall be determined by the Contractor.

2. The specified compressive strength, f’c, of the concrete used in the design shall be 4,000 psi.

3. The reinforcement shall be uncoated and conform to ASTM A615, Grade 60.

4. The foundation shall be designed for the mast arm assembly reactions of all group

loads and load combinations. The reactions shall include axial, shear, flexural and torsional load effects. No reduction of the reactions or increase in the allowable stresses of the materials is permitted.

5. The diameter of the drilled shaft foundation shall be 3.0 ft., unless otherwise allowed by the Engineer.

6. The design of the drilled shaft foundation shall include embedment of the

foundation in soil, the embedment of the foundation in rock or the embedment of the foundation partially in soil and partially in rock, as applicable.

7. The design of the drilled shaft embedment depth shall account for the slope of the

finished grade.

8. The minimum embedment for a drilled shaft foundation, constructed entirely in soil, shall be no less than 12.0 ft. below the finished grade at the low side of a sloping grade. The minimum embedment for a drilled shaft foundation, constructed entirely in rock shall be no less than 8.0 ft. below the finished grade at the low side of a sloping grade.

9. The embedment depth for a drilled shaft foundation, determined by the Brom’s

design method, shall have a minimum factor of safety of 3.25 applied to the shear and moment load effects. The factor of safety applied to the torsional load effect shall be no less than 1.3.

10. The load factor method shall be used for the structural design of the drilled shaft foundation. The load factor applied to all loads, dead, wind and ice, and their effects, axial, shear, flexure and torsion, shall be no less than 1.6. The drilled

171-401 & 171-402 185

Page 186: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

shaft may be designed in accordance with the load factor method presented in the latest edition of the Building Code Requirements for Reinforced Concrete”, ACI 318.

11. The structural design of the drilled shaft shall be based on stress and strain

compatibility in the circular drilled shaft cross section.

12. The drilled shaft foundation shall be reinforced with longitudinal and transverse reinforcement. The area of longitudinal reinforcement should be no less than the sum of the reinforcement required for flexure and the longitudinal reinforcement required for torsion. The area of transverse reinforcement should be no less than the sum of the reinforcement required for shear and the transverse reinforcement required for torsion.

13. The minimum number of longitudinal reinforcing bars shall be 16. The minimum

size of longitudinal reinforcing bars shall be #8. The minimum area of longitudinal reinforcing bars shall be no less than 1% of the gross cross-sectional area of the shaft. The minimum clear distance between longitudinal reinforcing bars shall be no less than 5 times the maximum aggregate size or 5 in., whichever is greater. The reinforcement shall extend full length of the drilled shaft foundation, including the pedestal. Splicing of the longitudinal reinforcement is not permitted.

14. The drilled shaft foundation shall be transversely reinforced with spirals or circular, one piece, enclosed ties. The minimum size of the transverse reinforcement shall be #4. The maximum spacing/pitch of the transverse reinforcement shall be no more than 6 in.. The minimum spacing/pitch of the transverse reinforcement shall be no more than 4 in.. The spiral reinforcement shall be terminated at the top and the bottom with 1 ½ turns of the reinforcing and a 135° standard hook. Spirals may be spliced with lap splices or mechanical connectors. For spirals, the minimum lap splice length shall be 1.7 times the tension development length (including modification factors) of the bar or 48 bar diameters, whichever is greater. For spirals, the mechanical connectors shall develop both in tension and compression 125% of the specified yield strength of the bar and conform to the latest edition of the AASHTO LRFD Bridge Design Specifications, including the latest interim specifications. For ties, the minimum lap splice length shall be no less than 1.7 times the tension development length (including modification factors) of the bar. Tie lap splices shall be alternated.

15. The design of the foundation shall be coordinated with the traffic structure to avoid conflicts between the embedded support anchorage and the foundation reinforcement.

16. The design of the foundation shall take into consideration the effect of the foundation on adjacent structures, and the effect of adjacent structures on the foundation.

171-401 & 171-402 186

Page 187: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

Prior to excavating for the foundation, the Contractor shall submit working drawings and design calculations, with all details and documents necessary for fabrication and construction, for each mast arm assembly foundation for review in accordance with the “Notice To Contractor – Special Provision 1.05” and the special provision “Section 1.05 – Control Of Work”. The working drawings and design calculations for the mast arm assembly foundation shall conform to working drawing requirements for permanent construction. A single set of drawings with tabulated data for multiple mast arm foundations is not permitted. Each mast arm foundation shall be referenced with an alpha-numeric identifier noted on the Contract documents. The working drawings and calculations shall be prepared in Customary U.S. units. The mast arm foundation working drawing and calculation submittal shall include the following:

1. title sheet

2. table of contents

3. contact information for designer – contact information shall include name and address of design firm, name of contact person with phone number and email address

4. copy of the certificate of insurance

5. foundation working drawings

6. foundation design calculations

The working drawings shall include complete details of all foundation components. The drawings shall include, but not be limited to the following:

1. the Project number, town and support identification number

2. reference to the design specifications, including interim specifications

3. material specifications for all components

4. embedment depths for foundation in soil, rock and a combination of soil and rock

5. anchor bolt details, including dimensions, embedment and projection

The design calculations shall include, but not be limited to the following:

1. the Project number, town and support identification number

171-401 & 171-402 187

Page 188: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

2. references to design specifications, including interim specifications, and the applicable code section and articles

3. description/documentation for all computer programs used in the design

4. drawings/models of the foundation with dimensions, loads and references to the local and global coordinate systems used (as applicable), to facilitate review of the results

5. traffic structure reactions of all group loads and load combinations

6. soil and rock design parameters

7. calculations demonstrating the geotechnical and structural capacity of the drilled shaft is adequate for all group load combinations

Prior to excavating for the foundation, the Contractor shall submit the following:

Reinforcing Steel Shop Drawings: Based on the reviewed foundation design, the Contractor shall prepare reinforcing steel shop drawings for each foundation. The drawings shall be reviewed and stamped by the foundation designer. Four copies of each reviewed drawing shall be submitted to the Engineer at the District Construction office. One copy of each reviewed and stamped drawing shall be submitted to the “Engineer of Record”. Concrete and Slurry Mix Designs: The Contractor shall submit to the Engineer at the District Construction office the concrete mix design and the slurry mix design, including admixtures, for review. Foundation Construction Procedure: The Contractor shall submit to the Engineer at the District Construction office a written foundation construction procedure outlining the equipment; drilling procedure for soil and rock, including removal of obstructions and removal of excavated spoils; temporary casing placement and removal; slurry placement; reinforcement, anchor bolt and conduit placement; and concrete placement required for the drilled shaft foundation construction for review. The procedure should include contingencies for the various soil, rock and subsurface water conditions that may be encountered during the foundation construction. Also required in this submission are the following; The Engineer will evaluate the foundation construction procedure for conformance with the Contract documents and will then notify the Contractor of any additional information required and/or changes necessary to meet the Contract requirements. All procedural approvals given by the Engineer shall be subject to trial in the field and shall not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. The

171-401 & 171-402 188

Page 189: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

Contractor shall not commence construction of the drilled shafts until the Engineer has accepted the foundation construction procedure.

Excavations required for shafts shall be performed through whatever materials are encountered, to the dimensions and elevations in the working drawings or as ordered by the Engineer. The methods and equipment used shall be suitable for the intended purpose and materials encountered. Shaft excavation may be performed by combinations of augering, rotary drilling, down-the-hole hammer, reverse circulation drilling, clamming, scraping, or other means approved by the Engineer. Generally, either the dry method, wet method, or temporary casing method may be used, as necessary, to produce sound, durable concrete foundation shafts free of defects. The Contractor shall select and use the method that is needed to properly accomplish the work, as determined by site conditions and subject to the approval of the Engineer. The Contractor is responsible for maintaining the stability of the shaft excavation during all phases of construction. Protection of Existing Structures: The Contractor shall be responsible for assuring the methods construction do not cause damage to adjacent structures including bridges and buildings. The Contractor shall control excavation and installation operations in a way that will prevent damage to existing structures and/or utilities, in accordance with 1.07.09 and 1.07.13. Preventive measures shall include, but are not limited to: selecting construction methods and procedures to prevent caving of the excavation, and monitoring and controlling the vibrations from construction activities such as the driving of casing and excavation. The Contractor shall be responsible for any damage to adjacent structures that results from the construction of the foundation. If monitoring is called for in the Contract, a preconstruction survey of existing facilities shall be performed to establish baseline data, including ambient vibration levels and existing structural defects. In general, monumented survey points shall be established on structures which are located within a distance of either 10 foundation diameters or the estimated foundation depth, whichever is greater. These points shall be monitored by the Contractor for vertical and lateral movement in an approved manner to the accuracy required by the Engineer. When deformations exceed 1/8”, the Contractor shall immediately stop work and, if directed by the Engineer to do so, backfill the excavated hole. The Contractor shall be responsible for selecting and using equipment and procedures that prevent deformations of existing structures as specified by the Engineer. When vibrations are to be monitored, the Contractor must engage the services of a professional vibrations consultant to monitor and record vibration levels during foundation construction. Unless the Engineer states otherwise, vibration monitoring equipment must be capable of detecting velocities of 0.10 inch/sec or less. When vibration levels exceed 0.20 inch/sec or otherwise established by the Engineer, the Contractor shall immediately stop the work causing the vibrations and take whatever measures are necessary to reduce vibration levels to below tolerable levels. All costs related to vibration monitoring required in the Contract shall be included in the bid price for the Traffic Control Foundation – Mast Arm item.

171-401 & 171-402 189

Page 190: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

The dry method consists of drilling the shaft excavation, removing accumulated water and loose material from the excavation, and placing the shaft concrete in a relatively dry excavation. The dry construction method shall be used only at sites where the groundwater table and site conditions are suitable to permit construction of the shaft in a relatively dry excavation, and where the sides and bottom of the shaft are stable and may be visually inspected prior to placing the concrete. The use of the dry construction method is permitted if less than one foot of water accumulates in the bottom of a hole without pumping over a one hour period, the excavation remains stable and any loose material and water can be removed prior to placement of concrete. The wet construction method shall be used at sites where a dry excavation cannot be maintained for placement of the shaft concrete. Wet construction methods consist of using a mineral slurry to maintain stability of the hole perimeter while advancing the excavation to final depth, placing the reinforcing cage and shaft concrete. This procedure may require desanding and cleaning the slurry; final cleaning of the excavation by means of a bailing bucket, air lift, submersible pump or other devices; and placing the shaft concrete with a tremie. Unless it is demonstrated to the satisfaction of the Engineer that the surface casing is not required, temporary surface casings shall be provided to aid shaft alignment and position, and to prevent sloughing of the top of the shaft excavation. Surface casing is defined as the amount of casing required from the ground surface to a point in the shaft excavation where sloughing of the surrounding soil does not occur. The temporary casing construction method shall be used at all sites where the dry or wet construction methods are inappropriate. Temporary casing construction method consists of advancing the excavation through caving material by the wet method. Temporary casing may be installed by driving or vibratory procedures in advance of excavation to the lower limits of the caving material. When a nearly impervious formation is reached, a casing is placed in the hole and sealed in the nearly impervious formation. After the drilling fluid is removed from the casing, drilling may proceed as with the dry method except that the casing is withdrawn when the shaft concrete is placed. If seepage conditions prevent use of the dry method, excavation is completed using the wet method. Temporary casing may be installed by driving or vibratory procedures in advance of excavation to the lower limits of the caving material. Slurry may be omitted if the casing can be installed with only minor caving of the hole. If the Engineer determines that the foundation material encountered during excavation is unsuitable or differs from that anticipated in the design of the shaft, or if rock is encountered at an unanticipated elevation, the Contractor’s foundation designer shall determine if the foundation embedment should be revised from that shown on the working drawings. If rock is encountered, the Engineer shall be notified to inspect and determine the elevation of the top of competent rock. Any revisions to the foundation embedment during construction shall be reviewed by the Engineer. Excavated materials which are removed from the shaft excavation and any drilled fluids used shall be disposed of by the Contractor as directed by the Engineer and in accordance with Section 1.10. Casings shall be metal, smooth, clean, watertight, and of ample strength to withstand both handling and driving stresses and the pressure of both concrete and the surrounding earth

171-401 & 171-402 190

Page 191: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

materials. The outside diameter of casing shall not be less than the specified size of the shaft. Temporary casings shall be removed while the concrete remains workable (i.e., a slump of 4 in. or greater). Before the casing is withdrawn and while the casing is being withdrawn, a 5.0 ft. minimum head of fresh concrete in the casing shall be maintained so that all the fluid trapped behind the casing is displaced upward without contaminating the shaft concrete. The required minimum concrete head may have to be increased to counteract groundwater head outside the casing. Separation of the concrete by hammering or otherwise vibrating the casing, during withdrawal operations, shall be avoided. Casing extraction shall be at a slow, uniform rate with the pull in line with the shaft axis. Slurry used in the drilling process shall be a mineral slurry. The slurry shall have both a mineral grain size that will remain in suspension and sufficient viscosity and gel characteristics to transport excavated material to a suitable screening system. The percentage and specific gravity of the material used to make the suspension shall be sufficient to maintain the stability of the excavation and to allow proper concrete placement. The level of the slurry shall be maintained at a height sufficient to prevent caving of the hole. The mineral slurry shall be premixed thoroughly with clean fresh water at a temperature above 41° F and adequate time allotted for hydration prior to introduction into the shaft excavation. The elevation of the slurry within the shaft foundation shall be maintained within 24 in. of the top casing and at least 48 in. above the existing water level during drilling and until the concrete placement is essentially complete. The slurry properties shall be maintained at all times, including non-working periods and stoppages. The slurry shall be circulated and agitated, continuously if necessary, to maintain the slurry properties and to prevent it from setting up in the shaft. The Contractor, in the presence of the Engineer, shall perform control tests on the slurry to ensure that the density, viscosity, and pH fall within the acceptable limits tabulated below. The Contractor shall provide all equipment required to perform the tests. If desanding is required, sand content shall not exceed 4% (by volume) at any point in the shaft excavation as determined by the American Petroleum Institute sand content test.

Range of Values (at 68°F)

Property (Units)

Time of Slurry Introduction

Time of Concreting

(in Hole)

Test Method

Density (pcf) 64.3 to 69.1 64.3 to 75.0 Density Balance Viscosity (seconds per quart)

28 to 45 28 to 45 Marsh Cone

pH 8 to 11 8 to 11 pH paper or meter

The control tests to determine unit weight (density), viscosity, and pH values of the slurry shall be done during the shaft excavation to establish a consistent working pattern.

171-401 & 171-402 191

Page 192: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

Prior to placing shaft concrete, slurry samples shall be taken from the bottom and at intervals not exceeding 10.0 ft. for the full height of slurry. Any heavily contaminated slurry that has accumulated at the bottom of the shaft shall be eliminated. The mineral slurry shall be within specification requirements immediately before shaft concrete placement. The hole shall be covered when left unattended. After completing the shaft excavation, all loose material existing at the bottom of the hole shall be removed. Prior to placing the reinforcement into the shaft, the Contractor, in the presence of the Engineer, shall determine the shaft dimensions, depth and alignment of the shaft. The concrete shaft shall not be out of plumb by more than 0.25 in. per foot of depth. The Contractor shall provide all equipment necessary for checking the shaft excavation. The Engineer shall inspect the shaft and verify that it has been properly cleaned. The reinforcing steel shall be fabricated and assembled in accordance with Article 6.02.03. All reinforcement shall be assembled with wire ties. Welding to assemble the reinforcement is not permitted. Immediately after the shaft excavation has been inspected and approved by the Engineer and prior to placement of the concrete, the assembled reinforcing steel cage, including cage stiffener bars, spacers, centralizers, and other necessary appurtenances, shall be carefully placed into the shaft excavation as a unit. Dropping or forcing cages into the shaft will not be allowed. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances of its intended position until the concrete will support the reinforcing steel. When concrete is placed by tremie methods, temporary hold-down devices shall be used to prevent uplifting of the reinforcing steel cage during concrete placement. Concrete spacers or other approved noncorrosive spacing devices shall be used at sufficient intervals not exceeding 5.0 ft. along the shaft to insure concentric location of the cage within the shaft excavation. When the size of the longitudinal reinforcing steel is larger than a #8 bar, such spacing shall not exceed 10.0 ft. After placement of the reinforcing cage, the Engineer shall inspect the shaft to ensure that it has remained clean. If the inspection indicates that loose material has accumulated at the bottom of shaft excavation, the Contractor shall remove the reinforcing cage and reclean the shaft. If directed by the Engineer, the top of the shaft shall be formed square with the length of the sides matching the diameter of the shaft. Concrete construction shall conform to Subarticle 6.01.03-2,3,4,5 and 6 as amended herein. Concrete shall be placed in the shaft excavation as soon as possible, but no more than 4 hours after completion of excavation and cleaning of the bottom of the excavation, and no more than 2 hours after placement of the reinforcing steel cage. Concrete shall be placed in a continuous operation to the top of the shaft. The concrete level shall be horizontal during the pouring operations. Concrete placement shall continue after the shaft is full until good quality concrete is

171-401 & 171-402 192

Page 193: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

evident at the top of the shaft. The elapsed time from the beginning of concrete placement in the shaft to the completion of placement shall not exceed 2 hours. In dry construction, concrete shall be placed in a single continuous operation with the flow of concrete down the center of the shaft excavation so as to consolidate the concrete on impact. During placement operations, the concrete is not permitted to hit the reinforcing steel. A dropchute, consisting of a hopper and flexible hose, may be used to direct the concrete down the center of the foundation and prevent the concrete from hitting the reinforcing steel. Accumulated water shall be removed before placing the concrete. At the time of concrete placement, no more than 2 in. of water may exist at the bottom of the excavation and loose sediment no more than 0.5 in. over one-half the base is acceptable. In wet (slurry) construction, concrete to be placed by the tremie method, where the concrete displaces the slurry from bottom of the excavation to the top. The concrete shall be placed through a top metal hopper and into a rigid leak-proof elephant trunk tremie tube, sufficiently large enough to permit free flow of concrete. The tremie tube shall be positioned so that it can be removed without disturbing the reinforcing. Initially, the discharge end of the tremie tube shall be sealed closed (plugged) to prevent slurry from entering the tube after it is placed in the excavation and before the tube is filled with concrete. After concrete placement has started, the tremie tube shall be kept full of concrete to the bottom of the hopper to maintain a positive concrete head. The flow of concrete shall be induced by slightly raising the discharge end of the tube, always keeping the tube end in the deposited concrete. No horizontal movement of the tremie tube will be permitted. The shaft concrete shall be vibrated or rodded to a depth of 5 ft. below the ground surface except where soft uncased soil or slurry remaining in the excavation will possibly mix with the concrete. Exposed concrete shall be cured and finished in accordance with Subarticle 6.01.03-7, 9 and 10. Anchor bolt assemblies shall be embedded in the concrete as shown on the working drawings. A template plate shall be used to hold the anchor bolt assemblies, conduits and ground rod sleeve in the correct position. The anchor bolts shall be installed plumb. All conduit ends terminating below grade shall be capped with a malleable iron caps. All above-grade conduit ends shall be terminated with an insulated bonding bushing with tinned insert. Ground rod and ground wire shall be installed as shown on the plans. No construction operations that would cause soil movement adjacent to the shaft, other than mild vibration, shall be conducted for at least 48 hours after shaft concrete has been placed. The top of the foundations shall be backfilled and the adjacent disturbed ground surfaces restored to match the surrounding area after the concrete has cured and the forms are removed. Placement of topsoil shall conform to Articles 9.44.01 and 9.44.03. Turf establishment shall conform to Article 9.50.03.

171-401 & 171-402 193

Page 194: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 1/5/18

ITEM #1002202A

The mast arm assemblies shall not be erected on the foundation until the concrete in the shaft has attained a 28 day compressive strength, f’c, greater than or equal to 4,000 psi. Method of Measurement: This work will be measured for payment by the number of foundation units, each completely installed and accepted. The work to remove rock from the foundation excavation will be measured from the top of rock to the bottom of rock excavation. Basis of Payment: The work will be paid for at the Contract unit price each for “Traffic Control Structure – Mast Arm,” completed and accepted in place, which price shall include all equipment, materials, tools and labor incidental to the subsurface exploration, design, fabrication, protection of existing facilities, utilities, and structures, establishing of monitoring points, deformation monitoring, vibration monitoring, construction and disposal of drilling spoils, of the foundations at the locations specified on the plans. Backfilling and restoration of adjacent ground surfaces (pavement, slope protection, topsoil & seed, etc.) in all areas disturbed by the work will not be paid for separately, but will be included as part of the work. The Engineer will determine the type, thickness and horizontal limits of the surfaces to be restored. When rock is encountered within the limits of excavation, its removal will be paid for at the Contract unit price per vertical foot for "Rock in Foundation Excavation," which price shall include any additional excavation to remove the rock and any additional concrete required to fill the excavation beyond the designed foundation hole dimensions. Rock, in so far as it applies to "Rock in Foundation Excavation," shall be defined as rock in definite ledge formation, boulders, or portions of boulders, cement masonry structures, concrete structures or portland cement concrete pavement which has a cross-sectional area that exceeds 50% of the cross-sectional area of the designed foundation hole.

171-401 & 171-402 194

Page 195: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/30/2018

ITEM #1005600A

ITEM #1005600A - LED LUMINAIRE DESCRIPTION: This item shall consist of furnishing and installing a light emitting diode (LED) luminaire of the wattage, distribution, and voltage as specified with integral photocell, completely wired and attached to the bracket arm of a traffic signal span/mast arm pole in accordance with the plans and specifications. MATERIALS: The LED luminaire shall be one of the following: Philips Lumec, Road Focus, catalog number: RFL-145W64LED4K-T-R3M-UNIV-SP2-PH8XL-GY3, with the following characteristics: 137 watts, 15,697 lumens, 700mA, 4000 CCT, multi-volt, Type III light distribution, and 20kV surge suppression. American Electric, Autobahn, catalog number: ATB2-60BLEDE70-MVOLT-R3-NR-20K-PCLL, with the following characteristics: 130 watts, 17,714 lumens, 700mA, 4000 CCT, multi-volt, Type III light distribution, and 20kV surge suppression. Cooper Lighting, Navion, catalog number: NVN-AF-04-E-U-SL3-20K-600-AP-OA/RA1014, with the following characteristics: 129 watts, 16,053 lumens, 600mA, 4000 CCT, multi-volt, Type III medium light distribution, and 20kV surge suppression. No alternate luminaires will be accepted. A catalog cut will be required. The luminaire housing shall be powder coated grey in color. The luminaire shall have a solid state long life photocontrol. The luminaire’s onboard circuitry shall include a surge protection device (SPD) to withstand high repetition noise transients as a result of utility line switching, nearby lightning strikes, and other interference. The LED luminaire shall be provided with integral 20kV surge protection which shall conform and be labeled as UL 1449 compliant. The SPD protects the luminaire from damage and failure for common and differential mode transient peak currents up to 10 kA (minimum). SPD performance shall have been tested per procedures in ANSI C136.2/IEEE C62.41-2:2002 category C high exposure. The SPD shall be connected so that in the event of catastrophic failure the luminaire will no longer operate and the driver and light engine will be isolated from additional spikes. The SPD shall be field replaceable. The LED luminaire shall carry a limited 5 year warranty on the LEDs and the Driver. CONSTRUCTION METHOD: The LED luminaire shall be installed at the location designated on the plans and in accordance with Section 10.04. The LED luminaire shall be installed at the end of the bracket and shall be securely fastened, properly oriented, connected to the power supply conductors, cleaned, and ready for operation. The luminaire shall be leveled by placing

171-401 & 171-402 195

Page 196: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/30/2018

ITEM #1005600A

an electronic (digital) level along the flat bottom face of the luminaire. All luminaires suspected of not being leveled shall be re-leveled by the Contractor at the discretion of the Engineer. The luminaire shall be electrically fed from a dedicated 20 amp circuit breaker located in the traffic signal control cabinet. The circuit breaker shall be paid for as part of the controller cabinet item. Conductors (power, neutral and equipment ground) shall be run from the single pole circuit breaker and the neutral/ground bus bar in the cabinet, to the line side of the luminaire’s wiring terminal block. The luminaire shall be properly bonded to the equipment grounding conductor. Conductors (power, neutral and equipment ground) shall be paid for under a separate bid item. Conduit shall be paid for under a separate bid item. The luminaire bracket arm shall be paid for and specified under the item for the traffic signal span pole. The Contractor shall ensure that once installed the LED luminaire functions properly. METHOD OF MEASUREMENT: This work will be measured for payment by the number of LED luminaires installed, complete and accepted. BASIS OF PAYMENT: This work will be paid for at the contract unit price each for "LED Luminaire" of the type and size specified, complete and accepted in place, which price shall include all materials including luminaire, LEDs, driver, surge suppressor, photocontrol, connections, leveling, grounding, and all labor, tools, equipment and work incidental thereto.

171-401 & 171-402 196

Page 197: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 2/00 Page 1 of 1

ITEM #1008908A

ITEM #1008908A - CLEAN EXISTING CONDUIT Description: Clean existing conduit as required, as shown on the plans or as directed by the Engineer to remove dirt and debris to facilitate the installation of new cable. Construction Methods: Where cable is to be installed in existing conduit the conduit may have to be cleared prior to the installation. Cleaning will only be necessary if the new cable cannot be easily installed in the existing conduit. By field inspection, and with the concurrence of the Engineer, determine the sections of conduit that require cleaning. Remove all existing cable from conduit. Install temporary cable elsewhere, as necessary, to maintain normal signalization complete with vehicle & pedestrian detection, EVPS, and coordination. Clean the conduit by one of the following methods: 1) Rodding. 2) A high pressure jet spray, or air pressure. 3) By pulling a mandrel or ball through the conduit. Submit in writing the anticipated method of cleaning the conduit to the Engineer for approval prior to cleaning any conduit. If the conduit is found damaged to any extent that the cleaning process will not clear the obstruction, it will be the judgment of the Engineer whether to replace the entire conduit run or excavate and replace only the damaged section. If the existing conduit is found to be missing hardware such as bonding bushings and bond wire, the missing material shall be provided and installed under this item prior to installation of the cable. Method of Measurement: This work shall be measured from termination point to termination point. This work shall be measured for payment on actual number of linear feet (meters).. Basis of Payment: The work under the Item “Clean Existing Conduit” shall be paid for at the contract unit price per linear foot (meters), which price shall include all material, tools, equipment, labor, and work incidental thereto. Work pertaining to temporary operation shall be paid for under Item 1108xxxA - Temporary Signalization (Site X). Replacement of any damaged conduit shall be paid for under the applicable conduit item. Pay Item Pay Unit Clean Existing Conduit l.f. (m)

171-401 & 171-402 197

Page 198: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 2-14 1 of 1

ITEM #1010060A

ITEM #1010060A - CLEAN EXISTING CONCRETE HANDHOLE DESCRIPTION:

Clean all debris from an existing concrete handhole where shown on the plans or as directed. MATERIAL:

Insulated Bonding Bushings: Specification Grade Threaded Malleable Iron or Steel Galvanized UL listed Bonding Wire: M.15.13 Grout: M.03.05

CONSTRUCTION METHODS:

Remove to a level even with the bottom of the handhole all sand, silt and other debris. Remove any material that is accessible from the ends of conduit. Additional conduit cleaning will be paid for under Item 1008908A-Clean Existing Conduit. Place approximately 4” (100) of ¾” (19) crushed stone in bottom of handhole using care not to allow crushed stone to enter conduits. Grout around conduits to prevent future entrance of dirt and silt. Properly dispose all removed debris. Inspect bonding bushings. Tighten loose bushings. Secure loose bond connections. Install new bonding bushings on spare conduits and bond to other conduits. METHOD OF MEASUREMENT:

This work will be measured for payment by the number of concrete handholes cleaned, complete and accepted. BASES OF PAYMENT:

This work will be paid for at the contract unit price each for "Clean Existing Concrete Handhole", which price shall include the removal and disposal of debris from handhole and associated conduit, crushed stone, grout, bonding bushings, bonding wire, and all equipment and work incidental thereto. Pay Item Pay Unit Clean Existing Concrete Handhole Each (Ea)

171-401 & 171-402 198

Page 199: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

REV. 06-18

ITEM #1102002A

ITEM #1102002A - 8' ALUMINUM PEDESTAL M.16.03 – 2. Aluminum Pedestals shall be supplemented with the following:

City of New Britain Project No. 0171-0402- Intersection Nos. – 088-247 and 088-279: The pedestal, base, and associated mounting assemblies shall be powder coated black by manufacturer. The color shall be No. 37038, Federal Standard No. 595.

Color samples and proposed powder coating procedures shall be submitted to: Robert Trottier, PE City Engineer 27 West Main Street New Britain, CT 06051 [email protected] Tel (860)826-3355

Town of Rocky Hill Project No. 0171-0402 - Intersection No. – 118-209:

The pedestal, base, and associated mounting assemblies shall be powder coated black by manufacturer. The color shall be No. 17038, Federal Standard No. 595.

Color samples and proposed powder coating procedures shall be submitted to:

Jim Sollmi Director of Community Development and Public Works 761 Old Main St. Rocky Hill, CT 06067 [email protected] Tel (860)258-2762

171-401 & 171-402 199

Page 200: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

ITEM #1103022A - 30’ STEEL SPAN POLE

ITEM #1103023A - 32’ STEEL SPAN POLE

ITEM #1103059A - 32’ STEEL COMBINATION SPAN POLE (20’ BRACKET)

ITEM #1114102A - SPAN WIRE Description: Work under this item shall consist of designing, fabricating and installing a steel span pole to carry traffic appurtenances (such as traffic signals or signs), of the type specified, on a prepared foundation, in accordance with the details shown on the plans and as ordered by the Engineer. Work under this item shall also include designing and installing a steel span wire, at the locations indicated, in accordance with the details shown on the plans and as ordered by the Engineer. Materials: The tubular components, such as the pole and luminaire arm shall be made of steel with a minimum yield stress of 35,000 psi. The structural plate components, such as the baseplates and handhole frames shall be made of steel that conforms to the requirements of ASTM A572, Grade 50. Anchorage plates shall conform to the requirements of ASTM A572, Grade 50. The steel for pole members and structural plate components, such as the baseplates and handhole frames, shall meet Charpy V-notch impact testing requirements for non-fracture critical members in Zone 2 and the following:

Yield Strength Thickness in.

Minimum Average Energy, ft.-lbf

Fy ≤ 36 ksi ≤ 4 15 at 40ºF 36 ksi < Fy ≤ 50 ksi ≤ 2 15 at 40ºF 36 ksi < Fy ≤ 50 ksi 2 < t ≤ 4 20 at 40ºF 50 ksi < Fy ≤ 70 ksi ≤ 4 15 at -20ºF

Charpy V-notch sampling and testing shall be in accordance with AASHTO T243, “H” piece frequency.

The non-structural components, such as hand hole covers, caps and anchor bolt covers, shall be made of steel with minimum yield stress of 36,000 psi. The filler metal shall have a matching strength relationship with the base metal. All high strength bolts shall conform to ASTM A325, Type 1. Nuts shall conform to ASTM A563, Grade DH. Circular, flat, hardened steel washers shall conform to ASTM F436. The bolts, nuts and washers shall be galvanized in accordance with ASTM A153 or ASTM B695, Grade 50. The nuts shall be overtapped to the minimum amount required for the bolt assembly

171-401 & 171-402 200

Page 201: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

and all surfaces of the nuts shall be lubricated with a lubricant containing a visible dye of any color that contrasts with the color of the galvanizing. The high strength bolts shall conform to the requirements of Subarticle M.06.02-3. The anchor bolts shall conform to ASTM F1554, Grade 105. The nuts shall conform to ASTM A563, Grade DH. The washers shall conform to ASTM F436. The bolts, nuts and washers shall be galvanized in accordance with ASTM A153. The nuts shall be overtapped to the minimum amount required for the bolt assembly and all surfaces of the nuts shall be lubricated with a lubricant containing a visible dye of any color that contrasts with the color of the galvanizing. Prior to shipping the anchor bolts, the nuts and washers shall be installed by hand on the anchor bolts to ensure that the nuts can be run on the threads. Only anchor bolts on which the nuts are free running shall be shipped. The anchor bolts shall be shipped with the nuts and washers on the threads. All steel components, including anchor bolts, shall be completely hot-dip galvanized, after fabrication, in accordance with ASTM A123 or ASTM A153, as applicable. Repairs to damaged areas of the hot-dip galvanized coatings shall conform to the requirements of ASTM A780 amended as follows:

Paints containing zinc dust, if used for repairs, shall contain either between 65% to 69% metallic zinc by weight or greater than 92% metallic zinc by weight in dry film.

The silicone sealant shall be a 1-component, 100% silicone sealant recommended for use with galvanized steel. Neoprene gasket material for the access openings shall conform to ASTM D1056, Grade 2A2 or 2A3. Other grades of neoprene approved by the Engineer may be used. Closed cell elastomer for sealing the space between the foundation and base plate shall conform to ASTM D1056, Grade 2A2 or 2A3 and shall have a pressure-sensitive adhesive backing on one side for adhesion to steel. Closed cell elastomer contained within the anchor bolt pattern shall not interfere with the anchor bolt leveling nuts and shall not block the opening in the base plate. Bare copper grounding conductor shall be #8 AWG stranded bare copper wire conforming to M.15.13. The grounding bolt shall be stainless steel with a hex head. Steel span wire shall conform to Article M.16.15. All materials used in the finished structure shall be new. The use of materials that have been previously used in a structure or salvaged from a structure is not permitted. The Contractor shall submit Certified Test Reports and Materials Certificates in conformance with Article 1.06.07 for the steel used for span pole members and structural plate components,

171-401 & 171-402 201

Page 202: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

high-strength bolts (including nuts and washers) and anchor bolts (including nuts and washers). The Certified Test Reports shall include the following:

a. Mill test reports that indicate the place where the material was melted and manufactured.

b. High-strength bolt test results for proof load tests, wedge tests, and rotational-

capacity tests that indicate where the tests were performed, date of tests, location where the components were manufactured and lot numbers.

c. Galvanized material test results that indicate the thickness of the galvanizing.

Prior to incorporation into the work, the Contractor shall submit samples in conformance with Article 1.06.02 for the steel used for span pole members and components, high-strength bolts (including nuts and washers) and anchor bolts (including nuts and washers). Construction Methods: The design and fabrication of the span pole, including its anchorage (into the foundation), and the design of the span wire shall conform to the requirements of the latest edition of the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, including the latest interim specifications, available prior to the advertising date of the Contract, amended as follows:

1. The design wind speed shall be 120 mph. The calculation of wind pressures in accordance with Appendix C is not permitted.

2. The minimum design life shall be 50 years.

3. The wind importance factor, Ir, for wind pressure shall be 1.00.

4. The span pole and span wire shall be designed to support free swinging traffic

signals and signs. The wind drag coefficient for traffic signals and luminaires shall be no less than 1.2.

5. The maximum stress ratio (the ratio of the computed stress to the allowable stress)

or combined stress ratio (CSR) in any span pole component or in any span wire due to each group load shall not exceed 0.85. The purpose for limiting the stress ratio is to allow for future additional appurtenance configurations.

6. The span pole shall be designed to support a span wire with a sag no greater than

5% of the span. For definitions of sag and span, refer to Appendix A in the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals.

7. The span wire properties shall conform to Article M.16.15. All span wires in a

span pole configuration shall be the same diameter

171-401 & 171-402 202

Page 203: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

8. The maximum luminaire arm length shall be 20.0 ft.

9. The maximum diameter of the pole at the base shall be 18 in.

10. The minimum wall thickness of the pole shall be 0.3125 in. The wall thickness of

the pole shall be uniform throughout its length. Joining 2 tubular members together with a circumferential weld to fabricate a pole is not permitted. The use of shop-fabricated stepped members is not permitted. The use of multiple plies (laminations) to obtain the required pole thickness is not permitted.

11. The span pole shall be a tubular member with either a round or multisided cross-

section. Multisided tubular members with other than 8, 12 or 16 sides are not permitted. Multisided tubular members with fluted sides are not permitted. The pole shall be fabricated with a taper (change in diameter).

12. Multisided tubular members with diameters less than or equal to 13 in. shall have

a minimum of 8 sides. Multisided tubular members with diameters greater than 13 in. and less than or equal to 18 in. shall have no less than 12 sides.

13. Multisided tubular members shall have a minimum internal bend radius of 5 times

the tubular member thickness or 1 in., whichever is greater.

14. Slip-type field splices are not permitted in the pole.

15. The pole shall be fabricated with no more than 2 longitudinal seam welds.

16. The longitudinal seam welds within 6 in. of the member ends shall be complete joint penetration groove welds.

17. Non-destructively test 100% of partial joint penetration longitudinal seam welds

in accordance with the magnetic particle method. Non-destructively test 100 % of complete joint penetration seam welds in accordance with the ultrasonic method.

18. All tubular member to transverse plate connections shall be made with a complete joint penetration groove weld with a backing ring attached to the plate with a continuous fillet weld. Non-destructively test 100% of the complete joint penetration groove welds by the ultrasonic method after fabrication and prior to galvanizing. Non-destructively test 100% of the complete joint penetration groove welds by the ultrasonic method for toe cracks after galvanizing. Non-destructively test 100% of backing ring fillet welds by the magnetic particle method after fabrication prior to galvanizing. After galvanizing, the joint between the backing ring and tubular member shall be sealed with silicone sealant to prevent the ingress of moisture.

171-401 & 171-402 203

Page 204: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

19. The strength of a connection made with a complete joint penetration groove weld shall be no greater than the strength of the base metal. In connections joining base metal with different yield strengths, the base metal with the lower yield strength shall govern the design.

20. The use of seal and tack welds is not permitted. No welding shall be performed

after galvanizing.

21. The use of stiffeners at tubular member to transverse plate connections is not permitted.

22. The minimum base plate thickness shall be no less than 2.5 in. or at least as thick

as the anchor bolt diameter, whichever is greater. The determination of the plate thickness in the tubular member to transverse plate connections shall consider the potential for the plate to warp due to the heat from welding. Consideration should be given to the use of thicker plates to allow for subsequent machining of warped plates to a flat surface so that removal of material will not compromise the required strength of the plate.

23. The opening in the base plate shall be sized to allow for proper galvanizing and

allow conduits projecting from the foundation to pass through it. The size of the opening shall be kept to a minimum to reduce the flexibility of the baseplate.

24. The pole base plate anchor bolt circle diameter shall be 24 in.

25. The anchor bolt to base plate connection shall be designed as a double-nut

connection with shear holes. The minimum distance from the center of the anchor bolt hole to the edge of the base plate shall be no less than 2 times the diameter of the anchor bolt. The anchor bolts shall use an embedded anchorage plate, 0.5 in. minimum thickness, to transmit loads from the pole base to the concrete foundation. The use of hooked anchor bolts is not permitted. The minimum number of anchor bolts shall be 8. The minimum anchor bolt diameter shall be 2 in. The minimum anchor bolt embedment, the distance from the top of the foundation to the top of the embedded anchorage plate, shall be 3.5 ft. or the tension development length of the vertical foundation reinforcement plus the end concrete cover, whichever is greater. Each anchor bolt shall be supplied with 4 nuts and 4 washers. Washers shall be placed on the top and bottom surfaces of the pole base plate and anchorage plate. Welding to the anchor bolts is not permitted. The use of lock washers with the anchor bolt assembly is not permitted.

26. The span wire pole clamp shall be designed to support a minimum tensile force of

12,000 pounds or 3 times the maximum calculated tensile force in the span wire, whichever is greater.

171-401 & 171-402 204

Page 205: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

The span pole shall be designed for the load effects due to the span wire(s) attached to the poles and all the traffic appurtenances (signals, signs, luminaires, cameras, etc.) attached to the span wire and the pole. The load effect due to the span wire, resulting from the attached traffic appurtenances, will not be provided and shall be determined by the Contractor. The span pole and span wire shall also be designed for load effects from future traffic appurtenances arranged, positioned and located as shown on the plans. The span pole and span wire shall also be designed for load effects during all stages of construction that may exist during the Project under which the span pole is installed. The span pole and span wire shall be designed to support traffic appurtenances with properties no less than those tabulated on the plans. The locations and dimensions of the span poles are shown on the traffic plans. The luminaire arm and pole lengths and the attachment heights shall be verified by the Contractor based on the finished grade at the site, top of foundation elevation, the locations of overhead utility cables and the traffic appurtenance mounting heights. If either the wire or pole length is inadequate, the Contractor shall notify the Engineer. The minimum vertical clearance from the top of the finished road to the bottom of the traffic signals shall be 16.0 ft. The maximum vertical clearance from the top of the finished road to the bottom of the traffic signals shall be 18.0 ft. The traffic signals shall be installed so that the bottom of all the signals for each approach is at the same elevation. Vent and drain holes shall be provided for galvanizing. The number, size and location of vent and drain holes shall be coordinated with the galvanizer prior to the submission of the working drawings and design calculations. The area of vent and drain holes at each end of a member shall be at least 30% of the inside area of the member for members with diameters 3 in. and greater and 45% of the inside area of the member for members with diameters less than 3 in. The vent and drain holes shall be strategically located for reducing stress and for proper galvanizing. The holes shall be made by drilling. Flame cut holes are not permitted. The edges of all holes shall be rounded by grinding. After galvanizing, exposed holes placed in the sign support components for galvanizing shall be sealed with neoprene plugs. A J-hook shall be welded to the inside of the pole at the top for wire handling and support. The span pole shall have a handhole, reinforced with a frame, located at the base of the pole. The handhole shall be located with a normal direction that is 90° to the plane formed by the pole and span wire. The minimum clear distance from the top of the baseplate to the outside face of the bottom of the handhole frame shall be no less than the diameter of the tubular member or 1.25 ft., whichever is greater. The handhole frame shall have a minimum 4 in. wide by minimum 6 in. high clear opening. The maximum width of the handhole opening, the clear opening plus twice the frame thickness, shall not be greater than 40% of the tubular member diameter at that section. The inside corners of the handhole frame shall be rounded to a radius of 30% to 50% of the width of the clear opening. The minimum thickness of the handhole frame shall be no less than the thickness of the pole or 0.3125 in., whichever is greater. The handhole frame shall be connected to the pole with a partial joint penetration groove weld reinforced with a fillet weld. The handhole weld shall start and end at the point that is coincident with the longitudinal axis of

171-401 & 171-402 205

Page 206: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

symmetry of the tubular member and the longitudinal axis of symmetry of the handhole frame. Non-destructively test 100% of each handhole weld in accordance with the magnetic particle method. The handhole shall be provided with a cover connected to the frame with no less than 2 stainless steel screws. The cover shall be installed with a neoprene gasket matching the dimensions of the cover. The cover and the gasket and the gasket and the handhole frame shall be in firm and continuous contact after tightening the fasteners. The cover shall also be attached to the frame with a 1.5 ft. long stainless steel chain. The inside bottom of the frame shall have a hole tapped for the stainless steel grounding bolt. The span pole shall include wire entrance fittings. The number and size of the wire entrance fittings shall be as shown on the plans. The fittings shall be welded, all-around, to the pole at a 45-degree angle to the pole. The span pole shall be supplied with a pole cap plate and anchor bolt covers. The cap plates shall be attached with fasteners. The joint between the tubular member and plate shall be sealed with a neoprene gasket matching the dimensions of the plate. The luminaire arms shall be fabricated of pipe with a minimum thickness equal to schedule 40. Single arm luminaires shall be used for luminaires with arm lengths less than or equal to 8.0 ft. Truss type luminaires shall be used for luminaires with arm lengths greater than 8.0 ft. The truss type luminaires shall consist of upper and lower members joined with vertical members at the tip and midspan. To accommodate the luminaire fixture, the size of the pipe in the luminaire arm at the tip shall be 2 in. diameter, schedule 40. If necessary, a reducing tenon shall be installed at the tip of the arm to accommodate the luminaire fixture. The luminaire arm(s) shall be connected to the pole with clamp connections. Each clamp connection shall use 4 high-strength bolts. The installed nuts shall be prevented from loosening while in service. The use of lock washers to meet this requirement is not permitted. The arms shall be fillet welded, all-around, to the clamp(s). The size of the weld shall be no less than 0.25 in. A hole shall be provided in the clamp, (upper arm clamp for truss type arms) and pole to allow for wires to pass from the pole to the luminaire arm. The sides of all holes in the connection shall be ground smooth and edges rounded by grinding to prevent the wires from chafing. Prior to fabrication, the Contractor shall submit working drawings and design calculations, with all details and documents necessary for fabrication and erection of the structure and its components, for each span wire structure configuration for review in accordance with the “Notice To Contractor – Special Provision 1.05” and the special provision “Section 1.05 – Control Of Work”. The working drawings and design calculations for span poles and the calculations for the span wire shall conform to working drawing requirements for permanent construction. A single set of working drawings with tabulated data for multiple span poles in span wire structure configuration is allowed. Each span pole shall be referenced with an alpha-numeric identifier

171-401 & 171-402 206

Page 207: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

noted on the Contract documents. The working drawings and calculations shall be prepared in Customary U.S. units. The span pole working drawing and calculation submittal shall include the following:

1. title sheet

2. table of contents

3. contact information for designer, fabricator and galvanizer – contact information shall include name and address of each firm and the name of contact person with phone number and email address

4. copy of the certificate of insurance

5. copy of fabricator’s AISC certification

6. copy of the traffic signal control plan detailing the span wire structure

configuration

7. span pole working drawings

8. span pole design calculations

9. span wire calculations

10. welding procedures

11. span pole installation procedure, including the method to plumb the pole The working drawings shall include complete details of all span pole components. The drawings shall include, but not be limited to the following:

1. the Project number, town and span pole identification number

2. reference to the design specifications, including interim specifications

3. reference to the design specifications design criteria, such as design wind speed, minimum design life, vehicle speed, etc.

4. material specifications for all components

5. material designations for the pole, with an explanation of the alpha numeric

characters (equivalent thickness, in inches, shall be provided for gage numbers)

171-401 & 171-402 207

Page 208: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

6. non-destructive weld testing requirements

7. details of the location of the longitudinal seam weld(s) in the pole

8. vent and drain holes for galvanizing

9. a plan view of the anchor bolt layout relative to the orientation of the wire

10. anchor bolt dimensions, including embedment and projection

11. span pole installation procedure, including the method to plumb the pole, if procedure differs from that described in this specification

The design calculations shall include, but not be limited to the following:

1. the Project number, town and alpha-numeric span pole identifier

2. references to design specifications, including interim specifications, and the applicable code section and articles

3. description/documentation for all computer programs used in the design

4. drawings/models of the structure, components and connections, with dimensions,

loads and references to the local and global coordinate systems used (as applicable), to facilitate review of the results

5. a tabulation of the section properties of the tubular members at each analyzed

section. The tabulated values shall include:

a. the diameter, D (if round member) b. effective width, b (if multisided member, AASHTO 5.5.2) c. equivalent diameter (if multisided member, AASHTO 5.6) d. wall thickness, t e. inside bend radius, rb (if multisided member, AASHTO 5.5.2) f. cross-sectional area, A g. moment of inertia, I h. section modulus, S i. radius of gyration, r

AASHTO Table B-1 may be used to determine the section properties. If Table B-1 is used, the radius measured to the mid-thickness of the wall shall also be provided.

6. coefficients and factors used in the design

171-401 & 171-402 208

Page 209: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

7. results of all group loads and load combinations

8. stress ratios and combined stress ratios for all group loads and load combinations

9. horizontal due to Group Load Combinations I, II and III for dead, wind and ice loads

The span poles shall be fabricated in accordance with the latest edition of the AASHTO LRFD Bridge Construction Specifications, including the latest interim specifications, amended herein. The steel fabricator shall be AISC certified for the fabrication to the Standard for Bridge and Highway Metal Component Manufacturers (CPT). Fabrication of the span pole may begin only after the working drawings and design calculations have been reviewed. The Contractor shall submit to the Engineer, no less than 2 weeks prior to the start of fabrication, the name and location of the fabrication shop where the work will be done so that arrangements can be made for an audit of the facility and the assignment of the Department Quality Assurance (QA) inspector. No fabrication will be accepted unless the QA inspector is present during fabrication. No changes may be made during fabrication without prior written approval by the Department. The Contractor shall furnish facilities for the inspection of material and workmanship in the shop by the Engineer. The Engineer and Department QA representative shall be allowed free access to the necessary parts of the premises.

The Engineer will provide QA inspection at the fabrication shop to assure that all applicable Quality Control plans and inspections are adequately adhered to and maintained by the Contractor during all phases of the fabrication. A thorough inspection of a random selection of elements at the fabrication shop may serve as the basis of this assurance. Prior to shipment to the Project, each individual piece of steel shall be marked in a clear and permanent fashion by a representative of the fabricators’ Quality Control (QC) Department to indicate complete final inspection by the fabricator and conformance to the Contract for that piece. The mark must be dated. A Materials Certificate in accordance with Article 1.06.07 may be used in lieu of individual stamps or markings, for all material in a single shipment. The Materials Certificate must list each piece within the shipment and accompany the shipment to the Project site. Following the final inspection by the fabricator’s QC personnel, the Engineer may select pieces of steel for re-inspection by the Department’s QA inspector. Should non-conforming pieces be identified, all similar pieces must be re-inspected by the fabricator and repair procedure(s) submitted to the Engineer for approval. Repairs shall be made at the Contractor’s expense. The pieces selected for re-inspection and found to be in conformance, or adequately repaired pieces, may be marked by the QA inspector. Such markings indicate the Engineer takes no

171-401 & 171-402 209

Page 210: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

exception to the pieces being sent to the Project site. Such marking does not indicate acceptance or approval of the material by the Engineer. All welding details, procedures and nondestructive testing shall conform to the requirements of AWS D1.1 Structural Welding Code - Steel. Personnel performing the nondestructive testing shall be certified as a NDT Level II technician in accordance with the American Society for Non Destructive Testing (ASNT), Recommended Practice SNT-TC-1A and approved by the Engineer. All nondestructive testing shall be witnessed by Engineer. Certified reports of all tests shall be submitted to the Engineer for examination. Each certified report shall identify the structure, member, and location of weld or welds tested. Each report shall also list the length and location of any defective welds and include information on the corrective action taken and results of all retests of repaired welds. The Department reserves the right to perform additional testing as determined by the Engineer. Should the Engineer require nondestructive testing on welds not designated in the Contract, the cost of such inspection shall be borne by the Contractor if the testing indicates that any weld(s) are defective. If the testing indicates the weld(s) to be satisfactory, the actual cost of such inspection will be paid by the Department. All members and components shall be hot-dip galvanized in a single dip. Double-dipping of members and components is not permitted. All exterior and interior surfaces of the span pole members and components, shall be completely galvanized. Galvanized members and components shall be free from uncoated areas, blisters, flux deposits, and gross inclusions. Lumps, projections, globules, or heavy deposits of zinc which will interfere with the intended use of the material will not be permitted. After galvanizing the joint between the backing ring and the tubular member shall be sealed with silicone sealant to prevent the ingress of moisture. All damaged areas of the hot-dip galvanized surfaces shall be repaired in accordance with the requirements of ASTM A780. If paint containing zinc dust is used for repairs, the dry coating thickness shall be at least 50% greater than the thickness of the adjacent hot-dip galvanized coating, but no greater than 4.0 mils. The paint shall be brush applied. The use of aerosol spray cans is not permitted. The color of the finished repair area shall match the color of the adjacent hot-dip galvanized surface at the time of the repair to the satisfaction of the Engineer. Prior to shipping, all exterior and interior galvanized surfaces of the members and components shall be inspected, in the presence of the Engineer, to determine the acceptability of the galvanized coating. Galvanized coatings may be found acceptable by the Engineer if all surfaces of the members and components meet the galvanizing requirements herein. Only span pole members and components with acceptable galvanized coatings shall be shipped. If the

171-401 & 171-402 210

Page 211: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

galvanized coating on any member or component is found to be unacceptable, the Contractor shall submit a repair procedure to the Engineer for review. After fabrication and prior to shipping, aluminum identification tags shall be attached to the span poles with self-tapping tamper resistant screws. The finished members and components shall be protected with sufficient dunnage and padding to protect them from damage and distortion during transportation. Damage to any material during transportation, improper storage, faulty erection, or undocumented fabrication errors may be cause for rejection of said material at the Project Site. All costs associated with any corrective action will be borne by the Contractor. Following delivery to the Project Site, the Engineer will perform a visual inspection of all material to verify shipping documents, fabricator markings, and that there was no damage to the material or coatings during transportation and handling. The Engineer is not responsible for approving or accepting any fabricated materials prior to final erection and assembly at the Project Site. High-strength bolts, nuts and washers shall be stored in accordance with Subarticle 6.03.03-4(f). The span pole shall be erected, assembled and installed in accordance with these specifications and the procedures and methods submitted with the working drawings. The Contractor and the span pole designer are responsible to ensure that the erection and assembly procedures and methods in this specification are acceptable for use with the span pole. Changes to these method and procedures shall be submitted with the working drawings and calculations. Prior to installation of the span pole, the exposed threads of all the embedded anchor bolts shall be cleaned of accumulated dirt and concrete and shall be lubricated. The threads and bearing surfaces of all the anchor bolt nuts shall be cleaned and lubricated. The anchor bolts and nuts are properly lubricated if the nuts can be turned by hand on the anchor bolt threads. The lubricant shall contain a visible dye of any color that contrasts with the color of the galvanizing. Re-lubricate the threads of the anchor bolts and nuts if more than 24 hours has elapsed since earlier lubrication, or if the anchor bolts and nuts have become wet since they were first lubricated. Install (turn) the leveling nuts onto the anchor bolts and align the nuts to the same elevation or plane. The distance from the bottom of the leveling nuts to the top of the foundation shall not exceed 1 in. Place a structural hardened washer on top of each leveling nut, 1 washer on each anchor bolt. Prior to erecting the pole, place the closed cell elastomer ring within the anchor bolt pattern. The closed cell elastomer ring shall not interfere with the anchor bolt leveling nuts and shall not block the opening in the base plate.

171-401 & 171-402 211

Page 212: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

The pole shall be erected so that the centerline of the pole will be plumb after the application of all the dead loads. The pole may be initially installed raked in the opposite direction of the overhead member to obtain the plumb condition. Raking the pole may be accomplished by installing the leveling nuts in a plane other than level. Install the pole base plate atop the washers resting on the leveling nuts, place a structural hardened washer on each anchor bolt resting it on the top of the base plate, and install (turn) a top nut on each anchor bolt until the nut contacts the washer. The leveling nuts and washers shall be inspected, and if necessary the nuts turned, so that the washers are in full contact with the bottom surface of the base plate. Tighten the top nuts to a snug tight condition in a star pattern. Snug tight is defined as the maximum rotation resulting from the full effort of one person using a 12 in. long wrench or equivalent. A star tightening pattern is one in which the nuts on opposite or near-opposite sides of the bolt circle are successively tightened in a pattern resembling a star (e.g., For an 8-bolt circle with bolt sequentially numbered 1 to 8, tighten nuts in the following bolt order: 1, 5, 7, 3, 8, 4, 6, 2.). Tighten leveling nuts to a snug tight condition in a star pattern. Before final tightening of the top nuts, mark the reference position of each top nut in a snug-tight condition with a suitable marking on 1 flat with a corresponding reference mark on the base plate at each bolt. Then incrementally turn the top nuts using a star pattern one-sixth of a turn beyond snug tight. Turn the nuts in at least two full tightening cycles (passes). After tightening, verify the top nut rotation. The top nuts shall have full thread engagement. The distance from the bottom of the leveling nuts to the top of the foundation shall not exceed 1 in. After erecting the span pole, the span pole shall be electrically grounded by attaching the bare copper grounding conductor to the inside of the handhole frame with a stainless steel bolt and to the ground rod with a ground clamp. The rigid metal conduit shall be electrically grounded by attaching the bare copper grounding conductor to the insulated bonding bushing and to the ground rod with a ground clamp. The installation of the span wire shall conform to Article 11.14.03. A span wire pole clamp shall be provided for each span wire connected to the pole. The traffic appurtenances shall be located and mounted on the wire as shown on the cross-sections. After installation of the traffic appurtenances, the anchor bolt nuts (leveling and top anchor nut) and washers shall be in full contact with the top and bottom surfaces of the pole base plate and the centerline of the pole shall be plumb. After installation of the traffic appurtenances, a survey shall be performed by the Contractor to confirm that the sag is no less than 5% of the span and to confirm that the minimum vertical clearances from the top of the finished road to the bottom of the traffic appurtenances have been met.

171-401 & 171-402 212

Page 213: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 12/31/15

ITEM #1103022A, ITEM #1103023A ITEM #1103059A, ITEM #1114102A

The last character of the span pole identification number shall be stenciled with black paint, unless otherwise specified, on the pole of each span pole. The character shall be 3 in. high and placed approximately 12 in. above the top of the base plate facing the centerline of the roadway. City of New Britain Intersection (Project No. 0171-0402- Intersection No. – 088-279: After galvanizing, all brackets, hardware and components shall be powder coated black by the manufacturer. The color shall be No. 37038, Federal Standard No. 595. Paint samples and proposed painting procedures shall be submitted to: Robert Trottier, PE City Engineer 27 West Main Street New Britain, CT 06051 [email protected] Tel (860)826-3355 Method of Measurement: The work for span poles will be measured for payment by the number of span poles, of the type specified, completed and accepted in place. The work for span wires will be measured for payment by the actual number of linear feet of steel span wire installed and accepted in place. Basis of Payment: The work for the span poles will be paid for at the Contract unit price each for ”XX Steel Span Pole” or “32’ Steel Combination Span Pole (20’ Bracket)”, of the type specified, complete in place, which price shall include all equipment, materials, tools and labor incidental to the design, fabrication and installation, of the span pole at the locations specified on the plans. The work for the span wire will be paid for at the Contract unit price per linear foot for ”Span Wire”, complete in place, which price shall include pole clamps, thimble eyebolts, nuts, washers, cable rings, and all equipment, materials, tools and labor incidental to the design and installation, at the locations shown on the plans.

Pay Item Pay Unit 32’ Steel Combination Span Pole (20’ Bracket) ea. 28’ Steel Span Pole ea. 30’ Steel Span Pole ea. 32’ Steel Span Pole ea. 34’ Steel Span Pole ea. Span Wire l.f.

171-401 & 171-402 213

Page 214: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

ITEM #1104026A - 25’ STEEL MAST ARM ASSEMBLY

ITEM #1104028A - 30’ STEEL MAST ARM ASSEMBLY

ITEM #1104031A - 35’ STEEL MAST ARM ASSEMBLY

ITEM #1104033A - 40’ STEEL MAST ARM ASSEMBLY

ITEM #1104037A - 45’ STEEL MAST ARM ASSEMBLY

ITEM #1104038A - 50’ STEEL MAST ARM ASSEMBLY Description: Work under this item shall consist of designing, fabricating and installing a mast arm assembly to carry traffic appurtenances (such as traffic signals, signs, antenna, etc.) of the type specified, on a prepared foundation, in accordance with the details shown on the plans and as ordered by the Engineer. Materials: The tubular components, such as the pole, arm and luminaire arm shall be made of steel with a minimum yield stress of 35,000 psi. The structural plate components, such as the baseplates, handhole frames, and the plates in the arm to pole ring stiffened, built-up box connection, shall be made of steel that conforms to the requirements of ASTM A572, Grade 50. Anchorage plates shall conform to the requirements of ASTM A572, Grade 50. The steel for arm and pole members; structural plate components, such as the baseplates, connection/flange plates, gusset plates, handhole frames and the plates in the arm to pole connection, shall meet Charpy V-notch impact testing requirements for non-fracture critical members in Zone 2 and the following:

Yield Strength Thickness in.

Minimum Average Energy, ft.-lbf

Fy ≤ 36 ksi ≤ 4 15 at 40ºF 36 ksi < Fy ≤ 50 ksi ≤ 2 15 at 40ºF 36 ksi < Fy ≤ 50 ksi 2 < t ≤ 4 20 at 40ºF 50 ksi < Fy ≤ 70 ksi ≤ 4 15 at -20ºF

Charpy V-notch sampling and testing shall be in accordance with AASHTO T243, “H” piece frequency.

The non-structural components, such as hand hole covers, caps and anchor bolt covers, shall be made of steel with minimum yield stress of 36,000 psi.

171-401 & 171-402 214

Page 215: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

The filler metal shall have a matching strength relationship with the base metal. All high strength bolts shall conform to ASTM A325, Type 1. Nuts shall conform to ASTM A563, Grade DH. Circular, flat, hardened steel washers shall conform to ASTM F436. The bolts, nuts and washers shall be galvanized in accordance with ASTM A153 or ASTM B695, Class 55. The nuts shall be overtapped to the minimum amount required for the bolt assembly and all surfaces of the nuts shall be lubricated with a lubricant containing a visible dye of any color that contrasts with the color of the galvanizing. The high strength bolts shall conform to the requirements of Subarticle M.06.02-3. The anchor bolts shall conform to ASTM F1554, Grade 105. The nuts shall conform to ASTM A563, Grade DH. The washers shall conform to ASTM F436. The bolts, nuts and washers shall be galvanized in accordance with ASTM A153. The nuts shall be overtapped to the minimum amount required for the bolt assembly and all surfaces of the nuts shall be lubricated with a lubricant containing a visible dye of any color that contrasts with the color of the galvanizing. Prior to shipping the anchor bolts, the nuts and washers shall be installed by hand on the anchor bolts to ensure that the nuts can be run on the threads. Only anchor bolts on which the nuts are free running shall be shipped. The anchor bolts shall be shipped with the nuts and washers on the threads. All steel components, including anchor bolts, shall be completely hot-dip galvanized, after fabrication, in accordance with ASTM A123 or ASTM A153, as applicable. Repairs to damaged areas of the hot-dip galvanized coatings shall conform to the requirements of ASTM A780 amended as follows:

Paints containing zinc dust, if used for repairs, shall contain either between 65% to 69% metallic zinc by weight or greater than 92% metallic zinc by weight in dry film.

The silicone sealant shall be a 1-component, 100% silicone sealant recommended for use with galvanized steel. Neoprene gasket material for the access openings shall conform to ASTM D1056, Grade 2A2 or 2A3. Other grades of neoprene approved by the Engineer may be used. Closed cell elastomer for sealing the space between the foundation and base plate shall conform to ASTM D1056, Grade 2A2 or 2A3 and shall have a pressure-sensitive adhesive backing on one side for adhesion to steel. Closed cell elastomer contained within the anchor bolt pattern shall not interfere with the anchor bolt leveling nuts and shall not block the opening in the base plate. Bare copper grounding conductor shall be #8 AWG stranded bare copper wire conforming to M.15.13. The grounding bolt shall be stainless steel with a hex head.

171-401 & 171-402 215

Page 216: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

All materials used in the finished structure shall be new. The use of materials that have been previously used in a structure or salvaged from a structure is not permitted. The Contractor shall submit Certified Test Reports and Materials Certificates in conformance with Article 1.06.07 for the steel used in the mast arm members and components, high-strength bolts (including nuts and washers) and anchor bolts (including nuts and washers). The Certified Test Reports shall include the following:

a. Mill test reports that indicate the place where the material was melted and manufactured.

b. High-strength bolt test results for proof load tests, wedge tests, and rotational-

capacity tests that indicate where the tests were performed, date of tests, location of where the components were manufactured and lot numbers.

c. Galvanized material test results that indicate the thickness of the galvanizing.

Prior to incorporation into the work, the Contractor shall submit samples in conformance with Article 1.06.02 for the steel used in the mast arm members and components, high-strength bolts (including nuts and washers) and anchor bolts (including nuts and washers). Construction Methods: The design and fabrication of the mast arm assembly, including its anchorage (into the foundation), shall conform to the requirements of the latest edition of the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, including the latest interim specifications, available prior to the advertising date of the contract, amended as follows:

1. The design wind speed shall be 120 mph. The computation of wind pressures in accordance with Appendix C is not permitted.

2. The minimum design life shall be 50 years.

3. The wind importance factor, Ir, for wind pressure shall be 1.00.

4. The mast arms shall be designed to support fixed mounted traffic signals and

signs. The wind drag coefficient for traffic signals and luminaires shall be 1.2.

5. The mast arms shall be designed for fatigue importance category I for cantilever structures. The mast arms shall be designed for the wind load effects due to galloping, natural wind gusts and truck-induced gusts. The luminaire arms shall be designed for the wind load effects due to natural wind gusts. The design

171-401 & 171-402 216

Page 217: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

pressure for the truck-induced gust shall be based on a truck speed of 65 mph. The design of the mast arms shall assume that vibration mitigation devices will not be installed.

6. The vertical deflection of the free end of the arm due to the wind load effects of

galloping and truck-induced gusts shall not exceed 8 in.

7. The maximum stress ratio (the ratio of the computed stress to the allowable stress) or combined stress ratio in any mast arm component due to each group load shall not exceed 0.70. The purpose for limiting the stress ratio is to allow for future additional appurtenance configurations.

8. The maximum arm length arm shall be 40.0 ft., measured from the centerline of

the pole to the tip of the arm.

9. The maximum luminaire arm length shall be 15.0 ft.

10. The maximum diameter of the pole at its base shall be 18 in.

11. The maximum diameter of the arm at the arm-pole connection shall be 15 in.

12. The minimum wall thickness of the arm at the pole connection and the pole shall be 0.3125 in. The wall thickness of the pole and arm component members shall be uniform throughout their lengths. The use of multiple plies (laminations) to obtain the required arm and pole thickness is not permitted. The use of shop-fabricated stepped members is not permitted.

13. The arm, luminaire arm and pole shall be tubular members with either round or

multisided cross-sections. Multisided tubular members with other than 8, 12 or 16 sides are not permitted. Multisided tubular members with fluted sides are not permitted. The arm and luminaire arm shall be fabricated with a taper (change in diameter).

14. Multisided tubular members with diameters less than or equal to 13 in. shall have

a minimum of 8 sides. Multisided tubular members with diameters greater than 13 in. and less than or equal to 18 in. shall have no less than 12 sides.

15. Multisided tubular members shall have a minimum internal bend radius of 5 times

the tubular member thickness or 1 in., whichever is greater.

16. Joining 2 tubular members together with a circumferential weld to fabricate a pole is not permitted.

171-401 & 171-402 217

Page 218: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

17. A maximum of 1 slip-type field splice is permitted in the arm. Slip-type field

splices are not permitted in the pole.

18. A maximum of 1 longitudinal seam weld is permitted in the arm. A maximum of 2 longitudinal seam welds are permitted in the pole.

19. The longitudinal seam welds within 6 in. of the member ends shall be complete

joint penetration groove welds.

20. Non-destructively test 100% of partial joint penetration longitudinal seam welds in accordance with the magnetic particle method. Non-destructively test 100 % of complete joint penetration seam welds in members less than 0.25 in. thick in accordance with the magnetic particle method on both the inside and outside surfaces. Non-destructively test 100% of complete joint penetration seam welds in members greater than or equal to 0.25 in. thick in accordance with the ultrasonic method in accordance with AWS D1.1 Annex S.

21. All tubular member to transverse plate connections shall be made with a complete

joint penetration groove weld with a backing ring attached to the plate with a continuous fillet weld. Non-destructively test 100% of the complete joint penetration groove welds by the ultrasonic method after fabrication and prior to galvanizing. Non-destructively test 100% of the complete joint penetration groove welds by the ultrasonic method for toe cracks after galvanizing. Non-destructively test 100% of backing ring fillet welds by the magnetic particle method after fabrication prior to galvanizing. After galvanizing, the joint between the backing ring and tubular member shall be sealed with silicone sealant to prevent the ingress of moisture.

22. The strength of a connection made with a complete joint penetration groove weld

shall be no greater than the strength of the base metal. In connections joining base metal with different yield strengths, the base metal with the lower yield strength shall govern the design.

23. The flange plate connection in the arm to pole in the ring stiffened, built-up box

connection shall be designed as slip critical connections with standard holes. The minimum number of high-strength bolts in a flange splice shall be 8. Consideration should be given to the use of smaller diameter bolts since they require lower specified minimum bolt tensions.

24. The minimum flange plate thickness shall no less than 2 in. The determination of

the plate thickness in the tubular member to transverse plate connections shall

171-401 & 171-402 218

Page 219: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

consider the potential for the plate to warp due to the heat from welding. Consideration should be given to the use of thicker plates to allow for subsequent machining of warped plates to a flat surface so that removal of material will not compromise the required strength of the plate.

25. The minimum thickness of the ring plates and gusset plates in the ring stiffened,

built-up box connection shall be 0.5 in.

26. The size of fillet welds specified in designed connections shall be no less than 0.3125 in. The use of seal and tack welds is not permitted. No welding shall be performed after galvanizing.

27. The use of stiffeners at tubular member to transverse plate connections and at the

arm to pole connection is not permitted.

28. The minimum base plate thickness shall be no less than 2.5 in. or at least as thick as the anchor bolt diameter, whichever is greater. The determination of the plate thickness in the tubular member to transverse plate connections shall consider the potential for the plate to warp due to the heat from welding. Consideration should be given to the use of thicker plates to allow for subsequent machining of warped plates to a flat surface so that removal of material will not compromise the required strength of the plate.

29. The opening in the base plate shall be sized to allow for proper galvanizing and

allow conduits projecting from the foundation to pass through it. The size of the opening shall be kept to a minimum to reduce the flexibility of the baseplate.

30. The pole base plate anchor bolt circle diameter shall be 24 in.

31. The anchor bolt to base plate connection shall be designed as a double-nut

connection with shear holes. The minimum distance from the center of the anchor bolt hole to the edge of the base plate shall be no less than 2 times the diameter of the anchor bolt. The anchor bolts shall use an embedded anchorage plate, 0.5 in. minimum thickness, to transmit loads from the pole base to the concrete foundation. The use of hooked anchor bolts is not permitted. The minimum number of anchor bolts shall be 8. The minimum anchor bolt diameter shall be 2 in. The minimum anchor bolt embedment, the distance from the top of the foundation to the top of the embedded anchorage plate, shall be 3.5 ft. or the tension development length of the vertical foundation reinforcement plus the end concrete cover, whichever is greater. Each anchor bolt shall be supplied with 4 nuts and 4 washers. Washers shall be placed on the top and bottom surfaces of the pole base plate and anchorage plate. Welding to the anchor bolts is not

171-401 & 171-402 219

Page 220: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

permitted. The use of lock washers with the anchor bolt assembly is not permitted.

The mast arm shall be designed for the load effects due to the actual traffic appurtenances (signals, signs, luminaires, cameras, etc.). The mast arm shall also be designed for load effects from future traffic appurtenances arranged, positioned and located as shown on the plans. The mast arm shall also be designed for load effects during all stages of construction that may exist during the Project under which the mast arm is installed. The mast arm shall be designed to support traffic appurtenances with properties no less than those tabulated on the plans. The mast arms at Int. 118-209 shall also be designed for the load effects resulting from future conditions as indicated in Appendix A. The dimensions of the mast arm assemblies are shown on the traffic plans, elevations, cross-sections or in the special provisions. The arm, luminaire arm and pole lengths and the attachment heights shall be verified by the Contractor based on the finished grade at the site, top of foundation elevation, the locations of overhead utility cables and the traffic appurtenance mounting heights. If either the arm or pole length is inadequate, the Contractor shall notify the Engineer. The minimum vertical clearance from the top of the finished road to the bottom of the traffic signals shall be 16.0 ft. The maximum vertical clearance from the top of the finished road to the bottom of the traffic signals shall be 18.0 ft. The traffic signals shall be installed so that the bottom of all the signals for each approach is at the same elevation. The arm to pole connection shall be made with a ring stiffened, built-up box. The luminaire arm to pole connection shall be made with either a built-up box or a ring stiffened built-up box. A minimum of 8 high-strength bolts shall be used to connect the arm flange plate to the built-up box connection plate. A minimum of 4 high-strength bolts shall be used to connect the luminaire arm flange plate to the built-up box connection plate. All fasteners and their components used in the each connection shall be visible. The use of tapped holes in the plates of each connection is not permitted. A hole(s) shall be provided in each connection to allow wires to pass from the pole to the arm and luminaire arm. The sides of all holes in each connection shall be ground smooth and the edges rounded by grinding to prevent the wires from chafing. Vent and drain holes shall be provided for galvanizing. The number, size and location of vent and drain holes should be coordinated with the galvanizer prior to the submission of the working drawings and design calculations. The area of vent and drain holes at each end of a member shall be at least 30% of the inside area of the member for members with diameters 3 in. and greater and 45% of the inside area of the member for members with diameters less than 3 in. The vent and drain holes shall be strategically located for reducing stress and for proper galvanizing. The holes shall be made by drilling. Flame cut holes are not permitted. The edges

171-401 & 171-402 220

Page 221: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

of all holes shall be rounded by grinding. After galvanizing, exposed holes placed in the sign support components for galvanizing shall be sealed with neoprene plugs. A J-hook shall be welded to the inside of the pole at the top for wire handling and support. The mast arm shall have a handhole, reinforced with a frame, located at the base of the pole. The handhole shall be located with a normal direction that is 90° to the plane formed by the pole and arm. The clear distance from the top of the baseplate to the outside face of the bottom of the handhole frame shall be no less than the diameter of the tubular member plus 1 inch and no greater than the diameter of the tubular member plus 3 inches. The handhole frame shall have a minimum 4 in. wide by minimum 6 in. high clear opening. The maximum width of the handhole opening, the clear opening plus twice the frame thickness, shall not be greater than 40% of the tubular member diameter at that section. The inside corners of the handhole frame shall be rounded to a radius of 30% to 50% of the width of the clear opening. The minimum thickness of the handhole frame shall be no less than the thickness of the pole or 0.3125 in., whichever is greater. The handhole frame shall be connected to the pole with a partial joint penetration groove weld reinforced with a fillet weld. The handhole weld shall start and end at the point that is coincident with the longitudinal axis of symmetry of the tubular member and the longitudinal axis of symmetry of the handhole frame. 100% of the weld shall be non-destructively tested in accordance with the magnetic particle method. The handhole shall be provided with a cover connected to the frame with no less than 2 stainless steel screws. The cover shall be installed with a neoprene gasket matching the dimensions of the cover. Cover and the gasket; and the gasket and the handhole frame shall be in firm and continuous contact after tightening the fasteners. The cover shall also be attached to the frame with a 1.5 ft. long stainless steel chain. The inside bottom of the frame shall have a hole tapped for the stainless steel grounding bolt. The mast arm shall be supplied with a pole cap plate, arm cap plate, and anchor bolt covers. The cap plates shall be attached with fasteners. The joint between the tubular member and plate shall be sealed with a neoprene gasket matching the dimensions of the plate. The luminaire arms shall be fabricated of pipe with a minimum thickness equal to schedule 40. Single arm luminaires shall be used for luminaires with arm lengths less than or equal to 8.0 ft. Truss type luminaires shall be used for luminaires with arm lengths greater than 8.0 ft. The truss type luminaires shall consist of an upper and lower members joined with vertical members at the tip and midspan. To accommodate the luminaire fixture, the size of the pipe in the luminaire arm at the tip shall be 2 in. diameter, schedule 40. If necessary, a reducing tenon shall be installed at the tip of the arm to accommodate the luminaire fixture. The luminaire arm(s) shall be connected to the pole with clamp connections. Each clamp connection shall use 4 high-strength bolts. The installed nuts shall be prevented from loosening while in service. The use of lock washers to meet this requirement is not permitted. The arms shall be fillet welded, all-around, to the clamp(s). The size of the weld shall be no less than 0.25

171-401 & 171-402 221

Page 222: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

in. A hole shall be provided in the clamp, (upper arm clamp for truss type arms) and pole to allow for wires to pass from the pole to the luminaire arm. The sides of all holes in the connection shall be ground smooth and edges rounded by grinding to prevent the wires from chafing. Prior to fabrication, the Contractor shall submit working drawings and design calculations, with all details and documents necessary for fabrication and erection of the structure and its components, for each mast arm assembly for review in accordance with the “Notice To Contractor – Special Provision 1.05” and the special provision “Section 1.05 – Control Of Work”. The working drawings and design calculations for the mast arm assemblies shall conform to working drawing requirements for permanent construction. A single set of drawings with tabulated data for multiple mast arm locations is not permitted. Each mast arm shall be referenced with an alpha-numeric identifier noted on the Contract documents. The working drawings and calculations shall be prepared in Customary U.S. units.

1. title sheet 2. table of contents 3. contact information for designer, fabricator and galvanizer – contact information

shall include name and address of each firm and the name of contact person with phone number and email address

4. copy of the certificate of insurance 5. copy of fabricator’s AISC certification 6. copy of the traffic signal control plan detailing mast arm assembly 7. mast arm assembly working drawings 8. mast arm assembly design calculations 9. welding procedures 10. mast arm installation procedure, including the method to plumb the pole

The working drawings shall include complete details of all mast arm components. The drawings shall include, but not be limited to the following:

171-401 & 171-402 222

Page 223: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

1. the Project number, town and mast arm identification number

2. reference to the design specifications, including interim specifications

3. reference to the design specifications design criteria, such as design wind speed, minimum design life, fatigue category, vehicle speed, etc.

4. material specifications for all components

5. material designations for the arm and pole, with an explanation of the alpha

numeric characters (equivalent thickness, in inches, shall be provided for gage numbers)

6. non-destructive weld testing requirements

7. details of the location of the longitudinal seam welds in the arm, luminaire arm

and pole

8. vent and drain holes for galvanizing

9. dead load and permanent camber

10. a plan view of the anchor bolt layout relative to the orientation of the arm

11. anchor bolt dimensions, including embedment and projection

12. mast arm installation procedure, including the method to plumb the pole The design calculations shall include, but not be limited to the following:

1. the Project number, town and alpha-numeric mast arm identifier

2. references to design specifications, including interim specifications, and the applicable code section and articles

3. description/documentation for all computer programs used in the design

4. drawings/models of the structure, components and connections, with dimensions,

loads and references to the local and global coordinate systems used (as applicable), to facilitate review of the results

171-401 & 171-402 223

Page 224: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

5. a tabulation of the section properties of the tubular members at each analyzed section. The tabulated values shall include:

a. the diameter, D (if round member) b. effective width, b (if multisided member, AASHTO 5.5.2) c. equivalent diameter (if multisided member, AASHTO 5.6) d. wall thickness, t e. inside bend radius, rb (if multisided member, AASHTO 5.5.2) f. cross-sectional area, A g. moment of inertia, I h. section modulus, S i. radius of gyration, r

AASHTO Table B-1 may be used to determine the section properties. If Table B-1 is used, the radius measured to the mid-thickness of the wall shall also be provided.

6. coefficients and factors used in the design

7. results of all group loads and load combinations

8. stress ratios and combined stress ratios for all group loads and load combinations

9. horizontal and vertical deflections due to Group Load Combinations I, II and III

for dead, wind and ice loads

10. vertical deflection of the free end of the arm due to the wind load effects of galloping and truck-induced gusts

The mast arm assemblies shall be fabricated in accordance with the latest edition of the AASHTO LRFD Bridge Construction Specifications, including the latest interim specifications, amended herein. The steel fabricator shall be AISC certified for the fabrication to the Standard for Bridge and Highway Metal Component Manufacturers (CPT). Fabrication of the mast arm may begin only after the working drawings and design calculations have been reviewed. The Contractor shall submit to the Engineer, no less than 2 weeks prior to the start of fabrication, the name and location of the fabrication shop where the work will be done so that arrangements can be made for an audit of the facility and the assignment of the Department Quality Assurance (QA) inspector. No fabrication will be accepted unless the QA

171-401 & 171-402 224

Page 225: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

inspector is present during fabrication. No changes may be made during fabrication without prior written approval by the Department. The Contractor shall furnish facilities for the inspection of material and workmanship in the shop by the Engineer. The Engineer and Department QA representative shall be allowed free access to the necessary parts of the premises.

The Engineer will provide QA inspection at the fabrication shop to assure that all applicable Quality Control plans and inspections are adequately adhered to and maintained by the Contractor during all phases of the fabrication. A thorough inspection of a random selection of elements at the fabrication shop may serve as the basis of this assurance. Prior to shipment to the project, each individual piece of steel shall be marked in a clear and permanent fashion by a representative of the fabricators’ Quality Control (QC) Department to indicate complete final inspection by the fabricator and conformance to the Project specifications for that piece. The mark must be dated. A Materials Certificate in accordance with Article 1.06.07 may be used in lieu of individual stamps or markings, for all material in a single shipment. The Materials Certificate must list each piece within the shipment and accompany the shipment to the Project site. Following the final inspection by the fabricator’s QC personnel, the Engineer may select pieces of steel for re-inspection by the Department’s QA inspector. Should non-conforming pieces be identified, all similar pieces must be re-inspected by the fabricator and repair procedure(s) submitted to the Engineer for approval. Repairs shall be made at the Contractor’s expense. The pieces selected for re-inspection and found to be in conformance, or adequately repaired pieces, may be marked by the QA inspector. Such markings indicate the Engineer takes no exception to the pieces being sent to the Project site. Such marking does not indicate acceptance or approval of the material by the Engineer. All welding details, procedures and nondestructive testing shall conform to the requirements of AWS D1.1 Structural Welding Code - Steel. Personnel performing the nondestructive testing shall be certified as a NDT Level II technician in accordance with the American Society for Non Destructive Testing (ASNT), Recommended Practice SNT-TC-1A and approved by the Engineer. All nondestructive testing shall be witnessed by Engineer. Certified reports of all tests shall be submitted to the Engineer for examination. Each certified report shall identify the structure, member, and location of weld or welds tested. Each report shall also list the length and location of any defective welds and include information on the corrective action taken and results of all retests of repaired welds.

171-401 & 171-402 225

Page 226: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

The Department reserves the right to perform additional testing as determined by the Engineer. Should the Engineer require nondestructive testing on welds not designated in the contract, the cost of such inspection shall be borne by the Contractor if the testing indicates that any weld(s) are defective. If the testing indicates the weld(s) to be satisfactory, the actual cost of such inspection will be paid by the Department. All members and components shall be hot-dip galvanized in a single dip. Double-dipping of members and components is not permitted. All exterior and interior surfaces of the mast arm members and components, including the interior of the ring-stiffened built-up box connection, shall be completely galvanized. Galvanized members and components shall be free from uncoated areas, blisters, flux deposits, and gross inclusions. Lumps, projections, globules, or heavy deposits of zinc which will interfere with the intended use of the material will not be permitted. After galvanizing the joint between the backing ring and the tubular member shall be sealed with silicone sealant to prevent the ingress of moisture. All damaged areas of the hot-dip galvanized surfaces shall be repaired in accordance with the requirements of ASTM A780. If paint containing zinc dust is used for repairs, the dry coating thickness shall be at least 50% greater than the thickness of the adjacent hot-dip galvanized coating, but no greater than 4.0 mils. The paint shall be brush applied. The use of aerosol spray cans shall not be permitted. The color of the finished repair area shall match the color of the adjacent hot-dip galvanized surface at the time of the repair to the satisfaction of the Engineer. Prior to shipping, all galvanized surfaces of the members and components shall be inspected, in the presence of the Engineer, to determine the acceptability of the galvanized coating. Galvanized coatings may be found acceptable by the Engineer if all surfaces of the members and components meet the galvanizing requirements herein. Only mast arm members and components with acceptable galvanized coatings shall be shipped. If the galvanized coating on any member or component is found to be unacceptable, the Contractor shall submit a repair procedure to the Engineer for review. After fabrication, the arm to pole bolted connection shall be assembled in the fabricator's shop, in the presence of the Engineer, to determine the acceptability of the connection. The faying surfaces shall be free of dirt, loose scale, burrs, other foreign material and other defects that would prevent solid seating of the parts. Prior to assembly, the galvanized faying surfaces shall be scored by wire brushing. The faying surfaces of the connection plates shall be checked with a straight edge to ensure that the surfaces are not distorted and the entire faying surface of each plate will be in contact when assembled. The high-strength bolts, including nuts and washes, shall be installed and tensioned in accordance with Subarticle 6.03.03-4(f). A connection may be

171-401 & 171-402 226

Page 227: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

found acceptable by the Engineer if the faying surfaces of the flange (connection) plates are in firm, continuous contact after properly tensioning the bolts. Only mast arm assemblies with acceptable arm to pole bolted connections shall be shipped. If a bolted connection is found unacceptable, the Contractor shall submit a procedure to repair the connection to the Engineer for review. The use or installation of galvanized hardened steel washer between the faying surfaces of the connection is not permitted. Galvanized surfaces damaged by the repair procedure shall be hot dip galvanized. Repair of the damaged galvanized surfaces in accordance with the requirements of ASTM A780 or with a galvanizing repair stick is not permitted. Bolts, nuts and washers used for the trial shop fit-up shall not be reused in the final field assembly. After fabrication and prior to shipping, aluminum identification tags shall be attached to the arm and pole members with self-tapping tamper resistant screws. The finished members and components shall be protected with sufficient dunnage and padding to protect them from damage and distortion during transportation. Damage to any material during transportation, improper storage, faulty erection, or undocumented fabrication errors may be cause for rejection of said material at the Project site. All costs associated with any corrective action will be borne by the Contractor. Following delivery to the Project site, the Engineer will perform a visual inspection of all material to verify shipping documents, fabricator markings, and that there was no damage to the material or coatings during transportation and handling. The Engineer is not responsible for approving or accepting any fabricated materials prior to final erection and assembly at the Project site. High-strength bolts, nuts and washers shall be stored in accordance with Subarticle 6.03.03-4(f). The mast arm shall be erected, assembled and installed in accordance with these specifications and the procedures and methods submitted with the working drawings. The Contractor and the mast arm designer are responsible to ensure that the erection and assembly procedures and methods in this specification are acceptable for use with the mast arm assembly. Changes to these method and procedures shall be submitted with the working drawings and computations. Prior to installation of the mast arm pole, the exposed threads of all the embedded anchor bolts shall be cleaned of accumulated dirt and concrete and shall be lubricated. The threads and bearing surfaces of all the anchor bolt nuts shall be cleaned and lubricated. The anchor bolts and nuts are properly lubricated if the nuts can be turned by hand on the anchor bolt threads. The lubricant shall contain a visible dye of any color that contrasts with the color of the galvanizing. Re-lubricate the threads of the anchor bolts and nuts if more than 24 hours has elapsed since earlier lubrication, or if the anchor bolts and nuts have become wet since they were first lubricated.

171-401 & 171-402 227

Page 228: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

Install (turn) the leveling nuts onto the anchor bolts and align the nuts to the same elevation or plane. The distance from the bottom of the leveling nuts to the top of the foundation shall not exceed 1 in. Place a structural hardened washer on top of each leveling nut, 1 washer on each anchor bolt. Prior to erecting the pole, place the closed cell elastomer ring within the anchor bolt pattern. The closed sell elastomer ring shall not interfere with the anchor bolt leveling nuts and shall not block the opening in the base plate. The pole shall be erected so that the centerline of the pole will be plumb after the application of all the dead loads. The pole may be initially installed raked in the opposite direction of the overhead member to obtain the plumb condition. Raking the pole may be accomplished by installing the leveling nuts in a plane other than level. Install the pole base plate atop the washers resting on the leveling nuts, place a structural hardened washer on each anchor bolt resting it on the top of the base plate, and install (turn) a top nut on each anchor bolt until the nut contacts the washer. The leveling nuts and washers shall be inspected, and if necessary the nuts (turned), so that the washers are in full contact with the bottom surface of the base plate. Tighten the top nuts to a snug tight condition in a star pattern. Snug tight is defined as the maximum rotation resulting from the full effort of one person using a 12 in. long wrench or equivalent. A star tightening pattern is one in which the nuts on opposite or near-opposite sides of the bolt circle are successively tightened in a pattern resembling a star (e.g., For an 8-bolt circle with bolt sequentially numbered 1 to 8, tighten nuts in the following bolt order: 1, 5, 7, 3, 8, 4, 6, 2.). Tighten leveling nuts to a snug tight condition in a star pattern. Before final tightening of the top nuts, mark the reference position of each top nut in a snug-tight condition with a suitable marking on 1 flat with a corresponding reference mark on the base plate at each bolt. Then incrementally turn the top nuts using a star pattern one-sixth of a turn beyond snug tight. Turn the nuts in at least two full tightening cycles (passes). After tightening, verify the top nut rotation. The top nuts shall have full thread engagement. The distance from the bottom of the leveling nuts to the top of the foundation shall not exceed 1 in. High-strength bolts, including nuts and washes, shall be installed and tensioned in accordance with Subarticle 6.03.03-4(f). The arm shall be temporarily and fully supported while all the high-strength bolts are installed and tensioned. The temporary arm support shall not be removed until the Engineer has confirmed that the faying surfaces of the flange (connection) plates are in firm, continuous contact and the high-strength bolts were properly installed and tensioned. All high-

171-401 & 171-402 228

Page 229: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

strength bolts in the arm to pole bolted connection shall be inspected (in accordance with Subarticle 6.03.03-4(f)) to confirm the high-strength bolts were properly tensioned. The use or installation of galvanized hardened steel washer between the faying surfaces of the connection is not permitted. After erecting the mast arm, the mast arm shall be electrically grounded by attaching the bare copper grounding conductor to the inside of the handhole frame with a stainless steel bolt and to the ground rod with a ground clamp. The rigid metal conduit shall be electrically grounded by attaching the bare copper grounding conductor to the insulated bonding bushing and to the ground rod with a ground clamp. After erection of the mast arm and before the installation of the traffic appurtenances, if the structure exhibits excessive vibration, oscillations or deflections as determined by the Engineer, the Contractor shall immediately stabilize the structure to the satisfaction of the Engineer. Stabilizing the structure may require the removal of a portion of the structure or the entire structure. The traffic appurtenances shall be located and mounted on the arm as shown on the cross-sections. Holes, if required for wires, shall be located adjacent to the appurtenances and shall be drilled in the bottom of the arm. A rubber grommet shall be installed in each hole to protect the wires from chafing. After installation of the traffic appurtenances, the anchor bolt nuts (leveling and top anchor nut) and washers shall be in full contact with the top and bottom surfaces of the pole base plate and the centerline of the pole shall be plumb. After installation of the traffic appurtenances, if the structure exhibits excessive vibration, oscillations or deflections as determined by the Engineer, the Contractor shall design and construct devices to mitigate the movements. The Contractor is responsible for immediately stabilizing the structure to the satisfaction of the Engineer. Stabilizing the structure may require the removal of the traffic appurtenances or the entire structure. Prior to installation of any mitigation device, the Contractor shall submit drawings, design calculations other documentation to the Engineer for review in accordance with Article 1.05.02. The last character of the mast arm identification number shall be stenciled with black paint, unless otherwise specified, on the pole of each mast arm. The character shall be 3 in. high and placed approximately 12 in. above the top of the base plate facing the centerline of the roadway.

171-401 & 171-402 229

Page 230: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

City of New Britain Project No. 0171-0402- Intersection No. – 088-247: After galvanizing, all brackets, hardware and components shall be powder coated black by the manufacturer. The color shall be No. 37038, Federal Standard No. 595. Paint samples and proposed painting procedures shall be submitted to: Robert Trottier, PE City Engineer 27 West Main Street New Britain, CT 06051 [email protected] Tel (860)826-3355 Town of Rocky Hill Project No. 0171-0402- Intersection No. – 118-209 After galvanizing, all brackets, hardware and components shall be powder coated black by the manufacturer. The color shall be No. 17038, Federal Standard No. 595. Paint samples and proposed painting procedures shall be submitted to: Jim Sollmi Director of Community Development and Public Works 761 Old Main St. Rocky Hill, CT 06067 [email protected] Tel (860)258-2762 Method of Measurement: This work will be measured for payment by the number of steel mast arm assemblies of the type specified, completed and accepted in place. Basis of Payment: This work will be paid for at the Contract unit price each for "XX Steel Mast Arm Assembly", of the type specified, complete in place, which price shall include all equipment, materials, tools and labor incidental to the design, fabrication and installation, including mitigation devices if required, of the mast arms at the locations specified on the plans.

Pay Item Pay Unit 25’ Steel Mast Arm Assembly ea. 30’ Steel Mast Arm Assembly ea. 35’ Steel Mast Arm Assembly ea. 40’ Steel Mast Arm Assembly ea. 45’ Steel Mast Arm Assembly ea. 50’ Steel Mast Arm Assembly ea.

171-401 & 171-402 230

Page 231: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Revision 02/14/17

ITEM # 1104026A ITEM # 1104028A ITEM # 1104031A ITEM # 1104033A ITEM # 1104037A ITEM # 1104038A

Appendix A

At Int. 118-209 (Route 99 at Town Line Road) in Rocky Hill/Wethersfield, the future signal changes described below shall be included in the design of the mast arm assemblies, in addition to the condition shown on the contract traffic signal drawing for Int. 118-209. Protected-only left turn phasing on Route 99

5-section “doghouse” assemblies to be replaced with 3-section assemblies on ID #118-209-A and ID #118-209-C

Another signal face #6 (3-section) to be added to the mast arm assembly for the Route 99 northbound approach (ID #118-209-C)

Protected/permitted left turn phasing for side streets

The leftmost 3-section signal faces for ID #118-209-B and ID #118-209-D to be replaced with 5-section “doghouse” assemblies

171-401 & 171-402 231

Page 232: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 1 of 5 

 

ITEM #1105001A, 1105003A, 1105101A, 1105103A, 1105107A, 1105180A, 1105203A, 1105303A

ITEM #1105001A - 1 WAY, 1 SECTION SPAN WIRE TRAFFIC SIGNAL

ITEM #1105003A - 1 WAY, 3 SECTION SPAN WIRE TRAFFIC SIGNAL

ITEM #1105101A - 1 WAY, 1 SECTION MAST ARM TRAFFIC SIGNAL

ITEM #1105103A - 1 WAY, 3 SECTION MAST ARM TRAFFIC SIGNAL

ITEM #1105107A - 2 WAY, 3 SECTION MAST ARM TRAFFIC SIGNAL

ITEM #1105180A - 1 WAY, 1 SECTION BI-COLORED ARROW

ITEM #1105203A - 1 WAY, 3 SECTION POLE MOUNTED TRAFFIC SIGNAL

ITEM #1105303A - 1 WAY, 3 SECTION PEDESTAL MOUNTED TRAFFIC SIGNAL  Article 11.05.03 – Construction Methods:

In the second paragraph, delete the last sentence (“A balance adjuster shall…”).

Add the following paragraphs:

Circular indications that have an identification mark (such as an arrow) on the top of the lens shall be installed with that mark at the 12 o-clock position.

Article 11.05.05 – Basis of Payment:

In the first sentence of the first paragraph, delete “balance adjuster,”.

Article M.16.06 - Traffic Signals Sub Article 3 - Housing: In the last sentence, between the words “housing” and “shall” add “and all internal hardware”.

Add the following after the last paragraph.

Each section of the housing shall be provided with a removable visor. The visor shall be the cap type, unless otherwise noted on the plan. The visor shall be a minimum .05 inch (.13 mm) thick. The visor shall be the twist on type and secured to the signal by four equidistant flat tabs screwed to the signal head.

171-401 & 171-402 232

Page 233: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 2 of 5 

 

ITEM #1105001A, 1105003A, 1105101A, 1105103A, 1105107A, 1105180A, 1105203A, 1105303A

Sub Article 4 - Brackets:

Add the following at the end of the last paragraph:

Backplates shall be 5” wide and louvered.

Install a 2” wide yellow retroreflective strip (Type IX sheeting) along the perimeter of the face of the backplate.

Replace the last paragraph with the following (Sheet Thickness…)

Delete Sub Article 5 - Optical Unit and Sub Article 6 – Lamp Socket and replace with the following: Optical Unit, Light Emitting Diode:

(a) General:

Only Optical Units that meet the requirements contained herein supplied by the below manufacturers that have been tested by the Department’s Signal Lab will be accepted. Final approval for model numbers will be done at the time of the catalog cut submittals.

Duralight GE Lighting Solutions Trastar, Inc. Corporate Headquarters 860 N. Dorothy Dr., Suite 600 1975 Noble Road Building 338E Richardson, TX 75081 East Cleveland, OH 44112-6300 Dialight Leotek 1501 Foute 34 South 726 South Hillview Drive Farmingdale, NJ 07727 Milpitas, CA 95035 The materials for Light Emitting Diode (LED), Optical Unit, circular and arrow, shall conform to the following:

The ITE Performance Specification for Vehicle Traffic Control Signal Heads – Light Emitting Diode (LED) Circular Signal Supplement for circular indications dated June 27, 2005.

The ITE Performance Specification for Vehicle Traffic Control Signal Heads – Light Emitting Diode (LED) Vehicle Arrow Traffic Signal Supplement for arrow indications dated July 1, 2007.

171-401 & 171-402 233

Page 234: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 3 of 5 

 

ITEM #1105001A, 1105003A, 1105101A, 1105103A, 1105107A, 1105180A, 1105203A, 1105303A

Section 4, Adjustable Traffic Signals and General Housing sections of the Department of Transportation Functional Specifications for Traffic Control Equipment, current edition governs. Where the Department of Transportation Functional Specifications conflict with this Special Provision or the 2005/2007 ITE Performance Specifications, this Special Provision and the 2005/2007 ITE Performance Specifications shall govern. The Optical Unit shall have an Incandescent look and be made up of a smooth surfaced outer shell, multiple LED light sources, a filtered power supply and a back cover, assembled into a sealed unit. The Optical Unit shall be certified as meeting the 2005/2007 ITE Specifications by Intertek Testing Services, Inc. (ITSNA, formerly ETL) or another organization currently recognized by the Occupational Safety and Health Administration (OSHA) as a Nationally Recognized Testing Laboratory (NRTL.) The Optical Unit shall perform to the requirements of the ITE Specification for a minimum of 60 months.

A “Swing Test” will be performed by the Department to ensure no significant dimming or blanking occurs, until the lamp is obscured by the visor. All L.E.D Lamps will be subjected to further field testing for reliable operation.

The Arrow Optical Unit shall be “Omni-Directional” so that it may be oriented in a right, left or straight configuration without degradation of performance. (b) Electrical Requirement: Operating voltage: 80 to 135 Volts AC with cutoff voltage (no visible indication) below 35Volts AC. Power requirements: Circular Indications: 12”, (300 mm) – no more than 16 Watts Circular Indications: 8”, (200mm) - no more than 16 Watts Arrows Indications: 12”, (300mm) - no more than 16 Watts Power Supply: Fused and filtered to provide excess current protection and over voltage protection from electrical surges and transient voltages. (c) Photometric Requirement: Beam Color: Meet 2005/2007 ITE Specifications (d) Mechanical Requirements: Diameter: The Circular Optical Unit shall fit into standard 12” (300mm) or 8” (200mm) housing. The Arrow Optical Unit shall fit 12” (300mm) housings only. Enclosure: UV (Ultraviolet) stabilized polycarbonate back cover. Clear lens cover for all Red, Yellow and Green Circular Optical Units. For Arrow Optical Units the arrow indication segment of the lens shall be clear.

171-401 & 171-402 234

Page 235: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 4 of 5 

 

ITEM #1105001A, 1105003A, 1105101A, 1105103A, 1105107A, 1105180A, 1105203A, 1105303A

Enclosure sealed and waterproofed to eliminate dirt contamination and be suitable for installation in all weather conditions. Clearly mark on the housing the following information:

Manufacturer & model number

Date of manufacture (must be within one year of installation)

The model number shall end with the number of LEDs used to comprise the unit as the last digits of the model number. Example, if the unit comprised of 3 LEDs and the model is x12y, then the new model number shall read x12y3. Operating temperature: Meet 2005/2007 ITE Specification Wiring: L.E.D. lamps shall have color coded 16 AWG wires for identification of heads as follows: RED L.E.D. Lamps RED with WHITE neutral

YELLOW L.E.D. Lamps YELLOW with WHITE neutral

GREEN L.E.D. Lamps GREEN or Brown with WHITE neutral

RED L.E.D. ARROWS RED/WHITE with WHITE neutral

YELLOW L.E.D. ARROWS YELLOW/WHITE with WHITE neutral

GREEN L.E.D. ARROWS GREEN/WHITE or BROWN/WHITE with WHITE neutral

GREEN/YELLOW LE.D ARROWS GREEN/WHITE or BROWN/WHITE, YELLOW/WHITE, with WHITE

neutral

Wires shall be terminated with a Block Spade, 6-8 stud/ 16-14 wire size.

All Circular Optical Units shall be supplied with a minimum 40” pigtail and all Arrow Optical Units Supplied with a minimum 60” pigtail.

Sub Article 9 - Painting: All Locations except the City of New Britain Intersection Nos. 088-247 and 088-279 and Town of Rocky Hill Intersection No. 118-209:

Third coat:

Replace with the following:

The housing and all brackets and hardware shall be painted black by the manufacturer. The color shall be No. 17038, Federal Standard No. 595.

171-401 & 171-402 235

Page 236: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 5 of 5 

 

ITEM #1105001A, 1105003A, 1105101A, 1105103A, 1105107A, 1105180A, 1105203A, 1105303A

The inside of the visors shall be flat black and shall meet Federal Specification TT-E-527. The housing door and the outside of the visor shall be flat Black No. 37038, Federal Standard No. 595.   

City of New Britain Project No. 0171-0402- Intersection Nos. – 088-247 and 088-279: Third coat: Replace the first two sentences with the following: The housing and all brackets and hardware shall be powder coated black by the manufacturer. The color shall be No. 37038, Federal Standard No. 595. Paint samples and proposed painting procedures shall be submitted to: Robert Trottier, PE City Engineer 27 West Main Street New Britain, CT 06051 [email protected] Tel (860)826-3355   Town of Rocky Hill Project No. 0171-0402- Intersection No. – 118-209: Third coat: Replace the first two sentences with the following: The housing and all brackets and hardware shall be powder coated black by the manufacturer. The color shall be No. 17038, Federal Standard No. 595. Paint samples and proposed painting procedures shall be submitted to:   Jim Sollmi Director of Community Development and Public Works 761 Old Main St. Rocky Hill, CT 06067 [email protected] Tel (860)258-2762   

171-401 & 171-402 236

Page 237: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 1 of 2

ITEM #1106001A, #1106004A

ITEM #1106001A - 1 WAY PEDESTRIAN SIGNAL POLE MOUNTED

ITEM #1106003A - 1 WAY PEDESTRIAN SIGNAL PEDESTAL MOUNTED

ITEM #1106004A - 2 WAY PEDESTRIAN SIGNAL PEDESTAL MOUNTED Section 11.06.02 Pedestrian Signal, Materials Section M.16.07 C. Optical Unit Delete 2. LED: and replace with the following:

General

Meet requirements of current MUTCD Section 4E. Meet current ITE specifications for Pedestrian Traffic Control Signal Indications -

(PTCSI) Part 2: Light Emitting Diode (LED). Meet CT DOT, 2008 - 2010 Functional Specifications for Traffic Control Equipment;

Section 5D, LED Pedestrian Signal with Countdown Timer. Meet EPA Energy Star® requirements for LED Pedestrian Signal Modules.

Operational

Countdown display only during the flashing Pedestrian Clearance (Ped Clr) Interval. Timer goes blank at end of flashing ped clr even if countdown has not reached zero.

Physical

Sealed optical module to prevent entrance of moisture and dust. Self-contained optical module, including necessary power supplies. Designed to securely fit into standard housing without the use of special tools or

modifications to the housing. Identification information on module: manufacturer’s name, model number, serial

number, and date code. Optical

Multiple LED sources; capable of partial loss of LED’s without loss of symbol or countdown message.

Two complete self contained optical systems. One to display the walking person symbol (walk) and the hand symbol (don’t walk). One to display the countdown timer digits.

Visual Image similar to incandescent display; smooth, non-pixilated. Symbol and countdown digit size as shown on the plan. Solid hand/person symbol; outline display not allowed. Overlaid hand/person symbols and countdown digits arranged side by side. Countdown digit display color: Portland Orange in accordance with ITE requirements. Countdown digits comprised of two seven segments, each in a figure 8 pattern. Photometric Requirements: Luminance, Uniformity, and Distribution in accordance

with ITE requirements. Color Uniformity in accordance with ITE requirements. Blank–Out design; symbols and digits illegible even in direct sunlight when not

illuminated.

171-401 & 171-402 237

Page 238: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 2 of 2

ITEM #1106001A, #1106004A

Electrical

Operating voltage: 89 VAC to 135 VAC. Low Voltage Turn-Off: 35 VAC. Turn-On and Turn-Off times in accordance with ITE specifications. Combined Hand – Countdown Digits wattage: > 20 Watts. Input impedance at 60 Hertz sufficient to satisfy Malfunction Management Unit

(MMU) requirements. Two separate power supplies. One to power the walking person symbol. One to power

the hand symbol and the countdown digits. Meet Federal Communication Commission (FCC) regulations concerning electronic

noise. Filtered and protected against electrical transients and surges.

Warrantee

Five years from date ownership is accepted. Section M.16.07 F. Painting: All Locations except the City of New Britain Intersections Nos. – 088-247 and 088-279:

Remove the 2nd and 3rd sentences referring to the color.

Third coat: Replace with the following:

The housing and all brackets and hardware shall be painted black by the manufacturer. The color shall be No. 17038, Federal Standard No. 595. The inside and outside of the visors shall be flat black No. 37038, Federal Standard No. 595.

City of New Britain Project No. 0171-0402- Intersection Nos. – 088-247 and 088-279: Third coat: Replace the first two sentences with the following:

All brackets and hardware shall be powder coated black by the manufacturer. The color shall be No. 37038, Federal Standard No. 595. Paint samples and proposed painting procedures shall be submitted to: Robert Trottier, PE City Engineer 27 West Main Street New Britain, CT 06051 [email protected] Tel (860)826-3355

171-401 & 171-402 238

Page 239: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 1 of 4

ITEM #1107011A

ITEM #1107011A - ACCESSIBLE PEDESTRIAN SIGNAL AND DETECTOR (TYPE A) Description: Furnish and install an Accessible Pedestrian Signal and Detector (APS&D). The APS&D provides audio and tactile information to augment the visual pedestrian signal. Type A provides a low frequency percussive tone during the walk interval and is used where there is an exclusive pedestrian phase or ≥ 10 foot separation between APS&Ds. Material: A. General:

Conform to applicable sections of the current MUTCD Chapter 4E, Pedestrian Control Features as specified herein.

All features fully operational when the traffic signal is in colors mode. All features non-operational when the traffic signal is in flash mode. Interchangeable with a non-accessible type pedestrian pushbutton with no modifications to

the Controller Assembly (CA) or Controller Unit. Audible transducer integral with the APS&D housing, adjacent to the pushbutton. Operation programming method: Either or combination of:

o Mechanically by dip switches or circuit board jumpers o Infrared remote-control hand-held device

B. Electrical:

Metallic components either grounded or insulated to preclude an electrical hazard to pedestrians under all weather conditions.

All features powered by the 110VAC Walk signal and the 110VAC Don’t Walk signal so that additional conductors from the CA are not needed.

C. Audible Pushbutton Locator Tone

Frequency: repeating tone at one (1) second intervals Tone duration: ≤ 0.15 seconds Volume:

o Minimum setting of zero o Manually adjustable initial setting o Automatically adjusted after initial setting. Volume increased in response to a temporary

increase in ambient noise and subsequently decreased with a decrease in ambient noise. o Maximum volume: 100 dBA which is the approximate sound pressure of a gasoline

powered lawn mower nearby. o Automatic volume adjustment independent of other APS&Ds at the intersection. o May be disabled without affecting operation of other features.

Silent only during walk interval. Active all other times. D. Vibrotactile Arrow Pushbutton

Pushbutton contained in a circular assembly which fits inside the housing and is attached to the housing with 4 screws.

Actuation of pushbutton initiates speech message “Wait”.

ADA compliant: Size: ≥ 2.0” (50) diameter, Actuation force: ≤ 5 ft-lb (22.2 N) Shape: Circular, raised slightly above housing so that it may be actuated with the back of a

hand

171-401 & 171-402 239

Page 240: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 2 of 4

ITEM #1107011A

Tamper-proof, vandal-proof, weatherproof, freeze-proof, impact-resistant design and construction.

Operation: Vibrates only during the walk interval (when the walk indication is displayed). Tactile Arrow:

o Attached to surface of the button assembly by a tamperproof method. o Raised slightly above surface of pushbutton, minimum 0.125” (0.3) o Size: Length ≥ 1.5” (38), Height ≥ 1.0” (25) o Color: Sharp contrast to background color of pushbutton and housing

E. Audible Walk Interval

1. General: Operation independent of other APS&Ds at intersection. Active only during the walk interval (when the walk indication is displayed). Volume:

o Minimum setting of zero o Manually adjustable initial setting o Automatically adjusted after initial setting. Volume increased in response to a

temporary increase in ambient noise and subsequently decreased with a decrease in ambient noise.

o Automatic volume adjustment independent of other APS&Ds at the intersection. o Maximum volume: 100 dBA which is the approximate sound pressure of a

gasoline powered lawn mower nearby. Duration:

o Default method: Automatically set by the duration of the visual walk signal display.

o When selected: Manually set when rest-in-walk is used for a concurrent pedestrian movement.

Audible sounds that mimic any bird call are not allowed. 2. Type A, Percussive Tone:

Repeating tone at eight (8) to ten (10) ticks per second. Tone frequency: Multiple frequencies with a dominant component at 880 Hz which

creates a “tick - tick - tick…” sound. F. Pushbutton Housing/Sign Frame/Sign All Locations except the City of New Britain Intersections Nos. – 088-247 and 088-279:

One piece die cast aluminum meeting requirements of ASTM B85. Sign frame designed to accept 9" x 15" (230 x 380) four-hole advisory sign. Flat back to facilitate surface mount. Available brackets to either pedestal top-mount or pole side-mount on pole diameter range

of 3½" (89) to 15" (380). Available brackets to allow mounting two (2) APS&Ds to the same 3½” (89) pole, facing ≥

60 degrees apart, at the same height. Available extension bracket of a size indicated on the plan – 18” maximum. Wire entrance through the rear. Stainless steel mounting hardware.

Color: The color shall be black No. 17038, Federal Standard No. 595. 1. Painted with 3 coats of infrared oven-baked paint before assembly.

o Primer: Baked iron oxide which meets or exceeds FS TT-P-636. o Second coat: Exterior-baking enamel, light gray, which meets or exceeds FS TT-E-527.

171-401 & 171-402 240

Page 241: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 3 of 4

ITEM #1107011A

o Third coat: Exterior-baking enamel, which meets or exceeds FS TT-E-489. 2. Electrostatic powder coated after chemically cleaned.

Sign: CT DOT Sign No. 31-0845- City of New Britain Project No. 0171-0402- Intersection Nos. – 088-247 and 088-279:

One piece die cast aluminum meeting requirements of ASTM B85. Sign frame designed to accept 9" x 15" (230 x 380) four-hole advisory sign. Flat back to facilitate surface mount. Available brackets to either pedestal top-mount or pole side-mount on pole diameter range

of 3½" (89) to 15" (380). Available brackets to allow mounting two (2) APS&Ds to the same 3½” (89) pole, facing ≥

60 degrees apart, at the same height. Available extension bracket of a size indicated on the plan – 18” maximum. Wire entrance through the rear. Stainless steel mounting hardware. Color: The color shall be black No. 37038, Federal Standard No. 595. Finish: Housing/Frame and all mounting brackets either:

1. Painted with 3 coats of infrared oven-baked paint before assembly. o Primer: Baked iron oxide which meets or exceeds FS TT-P-636. o Second coat: Exterior-baking enamel, light gray, which meets or exceeds FS TT-E-527. o Third coat: Exterior-baking enamel, which meets or exceeds FS TT-E-489.

3. Electrostatic powder coated after chemically cleaned. Sign: CT DOT Sign No. 31-0845

Paint samples and proposed painting procedures shall be submitted to: Robert Trottier, PE City Engineer 27 West Main Street New Britain, CT 06051 [email protected] Tel (860)826-3355 Construction Methods: Install the APS&D according to the manufacturer’s instructions. Position the ASP&D so the plane of the sign face is parallel to the crossing (sign is facing perpendicular) and the arrow is pointing in the same direction as the crossing, not necessarily at the ramp. Notify the Engineer if there is any discrepancy or ambiguity between the plans and field conditions that prevent placement of the ASP&D as shown on the plan. Set the minimum sound levels of the locator tone and the audible walk indication when there is little or no ambient noise as in night time operation. Set the volume of audible walk indications and pushbutton locator tones to a maximum of 5dBA louder than ambient sound. The locator tone should be audible 6’ to 12’ (1.8 m to 3.6 m) from the pushbutton or to the building line, whichever is less. Confirm the volume of both audible walk indication and the locator tone increases with an increase in ambient sound and subsequently decreases when the ambient noise decreases. If programming method is remote, by an infrared hand-held device, provide one device and operation manual for each intersection where APS&D is installed.

Method of Measurement: This work is measured by the number of APS&Ds of the type specified, installed, tested, fully operational, and accepted.

171-401 & 171-402 241

Page 242: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 06-14-2018 4 of 4

ITEM #1107011A

Basis of Payment: Payment for this work is based on the installation, inspection, successful completion of the 30 day test period, and final acceptance of the Accessible Pedestrian Signal and Detector of the type specified. Payment includes the sign, mounting brackets for adjacent buttons on the same structure, extension brackets, all necessary cable, all incidental materials, labor, tools, and equipment necessary to complete the installation. Payment also includes the warrantee, installation manual, and operation manual. If programming method is remote by an infrared hand-held device, the total bid price of all APS&Ds includes one remote programming device and accompanying operation manual for each intersection where APS&D is installed. Pay Item Pay Unit Accessible Pedestrian Signal and Detector (Type A) Each

171-401 & 171-402 242

Page 243: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 1 of 14

ITEM #1108115A

ITEM #1108115A - FULL ACTUATED CONTROLLER 8 PHASE Article 11.08.01 - Description: Delete the second paragraph and replace with the following: This item shall consist of furnishing and installing an actuated controller, which shall be a completely digital solid state unit, for controlling the operation of the traffic signals. The controller shall be completely furnished with the number of phases called for in the item. The cabinet to house the controller shall be completely wired and all sub-bases shall be complete with load switches and flash relays as specified in the Functional Specifications For Traffic Control Equipment. The cabinet shall also have all necessary auxiliary equipment required to provide the sequence and timing indicated on the plans. A time switch shall be installed in each cabinet. Article 11.08.03 – Construction Methods: Delete the entire second paragraph. Article M.16.09 - Controllers: Add the following sub-articles: 2. Actuated Controllers: The purpose of this sub-article is to set forth minimum design and

operating requirements for the materials and components for a digitally timed actuated controller.

Ventilation: For cabinets that will be painted other than Department-approved gray, the cabinet

ventilation shall include two intakes, exhausts, filtrations, two fans, and one thermostat assembly. Each electric fan shall be equipped with ball or roller bearings and with a capacity of at least 100 cfm. The fans shall be mounted inside the front top of the cabinet ventilation holes. The fans shall be controlled by one manually adjustable thermostat.

171-401 & 171-402 243

Page 244: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 2 of 14

ITEM #1108115A

The Connecticut Department of Transportation Functional Specifications for Traffic Control Equipment, current edition governs the material for the Controller Assembly. The Functional Specifications are advertised biennial for vendors to provide equipment to the State on a low bid basis. All underlined text indicates an addition or revision to these specifications from the previous version. The Functional Specifications are available on the Departments website. The following sections of the Notice to Bidders, pages 1 - 10, shall apply to contract supplied traffic controllers: 12, 15, 16, 17, 18, & 19. Item 1108115A – FULL ACTUATED CONTROLLER 8 PHASE shall conform to the requirements of Section 1, pages 11 – 94. The Controller Unit (CU) shall conform to the requirements of Item 1D1, CONTROLLER (PRE-EMPTION TYPE), pages 29 – 31. All cabinets shall conform to the specifications of the “D” CABINET REQUIREMENTS, pages 78 – 84. Controllers in a closed loop system shall conform to the requirements of Section 27, INTERNAL CLOSED LOOP SYSTEM FOR EXISTING NAZTEC SYSTEM, pages 162 – 185, in addition to the above requirements. The solid state time switch shall conform to Section 13. FOUR CIRCUIT SOLID STATE TIME CLOCK WITH TIME BASE COORDINATION OPTION TC/TBC, pages 140 - 143. Traffic signal equipment which has not been previously approved to meet the requirements of the Functional Specifications for the above items, will not be approved for use on this contract. Several parts of Item 1 of the Functional Specifications do not apply to contract supplied and developer supplied traffic controllers. The specifications which are to be disregarded are listed below. Item 1A-1 - Controller, Two Phase Microprocessor Keyboard Entry - Type 6 Conflict Monitor Item 1A-2 - Two Phase Type "A" Cabinet Supplemental specifications listed below, have been added for material and controller operations which the Department of Transportation does not include in the Functional Specifications for Traffic Control Equipment. U.C.F. Time Switch Flash Command Procedure Time Clock/Time Base Installation Requirements 24 Volt Relay Type A 110 Volt Relay Type F Type G Time Delay Relay Non-Actuated Advance Green Phase Actuated Advance Green Phase Non-Actuated Clearance / Lag Green Phase Actuated Clearance / Lag Green Phase Flashing Stop Ahead Sign Max II Actuation By Pedestrian Call

171-401 & 171-402 244

Page 245: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 3 of 14

ITEM #1108115A

UNIFORM CODE FLASH COMMAND PROCEDURE 1. Activate the MINIMUM RECALL input to the controller to ensure cycling prior to

transferring to flashing operation. 2. Omit all non-actuated and actuated artery advance phases. 3. Omit phases 1 & 5 of all quad sequences. 4. Activate the STOP TIME input to the controller, upon entering flash, to prevent cycling. 5. Transfer to flash at the end of the last side street all red condition (at the point the artery ON

output becomes active). 6. Special technical notes on the intersection plan supercede the above requirements.

171-401 & 171-402 245

Page 246: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 4 of 14

ITEM #1108115A

TC/TBC INSTALLATION REQUIREMENTS The following requirements are to be observed when engineering the installation of TC/TBC:

1 a. Circuit 1 shall be designated FLASH and be reserved for night flash command. b. Circuit 2 shall be designated MAX 2 and be reserved for Max 2 command. c. Circuit 3 shall be designated COORD and shall select coordinated operation of

the intersection. d. Circuit 4 shall be the yield, and force off command to the controller.

2. All clock outputs shall be active to select the function specified. For example; If the

TC/TBC were removed for repair, no inputs would be applied to the controller. The intersection will then operate non-coordinated, in Max 1. Programming the TC/TBC without cycle and offset is not an acceptable method to create a non-coordinated operation. Refer to the typical hookup diagram.

3. All TC/TBC clock installations shall be wired as detailed in figure 1. This method is used for both full and semi actuated operation.

4. Midnight resync shall occur at 12:00 AM.

5. A program card shall be completed indicating all input steps and settings. Four

copies shall be provided. One copy left in the cabinet. Three delivered to the engineer along with the cabinet wiring diagrams.

TIME CLOCK / TIME BASE COORDINATION

Switch 3 Switch 4 Ring 1 Hold

Ring 2 Hold

N.O. N.O. C. C. N.C. N.O. Force Off R1 Ring 1 ON Force Off R1 Ring 2 ON

FIG. 1

171-401 & 171-402 246

Page 247: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 5 of 14

ITEM #1108115A

24 VOLT RELAY All 24 Volt relays shall meet the requirements of one of the following two types. Diodes shall be installed across the coils of all direct current relays to shunt the reverse voltage generated when the coil de-energizes. All diodes shall be general purpose ECG 125 1000prv @ 25A or equivalent, rated at least .5 amp forward biased. Diodes shall be external to the relay, not enclosed in the dust cover. TYPE A: Midland Ross, Midtex 155-92 or equivalent. DESCRIPTION: This relay shall be enclosed in a clear polycarbonate removable dust cover. It shall have a mechanical life of more than 100,000 operations at rated load. CONTACTS: The contacts shall be 2 form C (D.P.D.T), U.L. rated at 5 amps 120 volts A.C. The contacts shall be pure fine silver (gold flash). There shall be no tungsten (lamp) load on the contacts of this relay. COIL: The coil shall operate on 24 V.D.C. and have no less than 450 OHMS impedance. SIZE: The relay shall be no larger than 65mm(2.5") H x 40mm(1.5") L x 40mm(1.5") W. BASE: This relay shall have an eight pin octal plug-in base with the pin designation shown below: 1. Common (1) 2. Coil 3. Normally open (1) 4. Normally closed (1) 5. N.C. (2) 6. N.O. (2) 7. Coil (2) 8. Comm. Bottom View And Wiring Diagram SOCKET: The socket shall be a closed back, screw terminal type. The front mounted screws shall be 6-32 capable of accepting #14 AWG wire.

171-401 & 171-402 247

Page 248: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 6 of 14

ITEM #1108115A

110 VOLT RELAY All 110 volt relays shall meet the requirements of one of the following two types. Across the coil of each relay there shall be a molded suppressor rated at .1uf - 47 ohm @ 600V to suppress electrical noise created by the energization / de-energization of the relay. TYPE F: Midland Ross, Midtex 136-62T3A1 or equivalent DESCRIPTION: Relays of this type shall function as flash transfer, power switching and signal drive. Other uses are acceptable, however, type G relays cannot be used for the above applications. CONTACTS: The contacts shall be in the D.P.D.T. form and consist of 10mm(3/8") diameter silver cadmium oxide, rated at 20 Amps @ 117 VAC resistive. COIL: The coil shall operate on 110 VAC. No semi-conductors will be allowed in the coil circuit of this relay. SIZE: The relay shall be enclosed in a clear plastic dust cover. The overall dimensions shall be no larger than 63mm(2 1/2") x 94mm(3 3/4") x 47mm(1 7/8") as illustrated below. BASE: This relay shall have an eight blade plug-in base, Ventron Beau Plug P-5408 or equivalent with the pin designations as shown below: 1. Coil 2. Coil 3. N.C. 1 4. N.C. 2 5. Comm. 1 6. Comm. 2 7. N.O. 1 8. N.O. 2 SOCKET: The socket shall be Ventron Beau Plug S-5408 or equivalent, contacts rated at 15 Amps @ 1750 VRMS.

171-401 & 171-402 248

Page 249: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 7 of 14

ITEM #1108115A

TYPE G: Magnecraft, W 88 ACXP-8 or equivalent DESCRIPTION: Relays of this type shall function in low current switching applications such as interconnect interface or pre-emption circuits. A clear polycarbonate plastic enclosure shall cover the relay mechanism. CONTACTS: The contacts shall be in the D.P.D.T. form and consist of 5mm (3/16") diameter gold flashed, silver alloy, rated at 10 Amps @ 120 VAC resistive. COIL: The coil shall operate on 120 Volts AC and require a nominal 3 VA. SIZE: Height, length and width dimensions shall be the same as the 24 volt relay Type A: 35mm (1 3/8") x 60mm (2 3/8") x 35mm (1 3/8"). BASE: The base shall be an octal plug with the pin designations the same as the 24 volt relay Type A. SOCKET: The socket shall be the same as that for the 24 volt relay Type A.

171-401 & 171-402 249

Page 250: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 8 of 14

ITEM #1108115A

TIME DELAY RELAY 120 VAC SSAC TDM120A or equivalent 24 VDC SSAC TDM24DL or equivalent DESCRIPTION: The time delay relays shall be self enclosed, plug-in, delay on operate type. They shall be digitally timed and adjustable by the use of dip switches located on the top of the case. The timing range shall be 1 to 1023 seconds in 1 second intervals. The time delay relays shall have an internal double pole double throw relay with form "C" contacts rated at 10 amps 120 volts AC. They shall operate accurately in a temperature range of -20 to +65 degrees C. A 120 volt AC input shall initiate timing of the 120 VAC TDR and a 24 VDC input shall initiate timing of the 24 VDC TDR. Removal of the input voltage shall reset the timer. Maximum dimensions of the case shall be as shown below. SOCKET: The socket shall be a standard octal base (8 pin) with screw terminal connectors. The pin designation shall be as shown below.

171-401 & 171-402 250

Page 251: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 9 of 14

ITEM #1108115A

NON-ACTUATED ADVANCE GREEN PHASE Where the timing and sequence indicates an advance green phase that always precedes the phase in recall (usually phase 2), and that either is fixed timed or is to be extended only, the following guidelines shall be in effect: 1. The parent phase ON output shall be diode connected to the advance phase OMIT input. 2. If the advance phase is to be extendable, it shall be in minimum recall. If the advance phase is

fixed timed, it shall be in maximum recall. A different advance time may be selected by switching to maximum 2.

Example: Phase 1 is the advance phase (extendable), in minimum recall. Phase 2 is the artery, in recall. Phase 4 is the minor street, in non-lock. Phase 2 ON Phase 1 OMIT Where the timing and sequence indicates an advance phase that is fixed timed (not extendable), and that always precedes either a phase other than phase 2 or a phase not in recall, the following guidelines shall be in effect: 1. The recall phase (usually Phase 2) ON output shall be diode connected to the advance phase's,

parent phase OMIT input. 2. The parent phase CHECK output shall be diode connected to the advance phase vehicle

detector input. 3. The advance phase ON output shall be diode connected to the following parent phase vehicle

detector input. This is to insure a green indication on the parent phase. 4. The advance phase shall be in the non-lock mode. The advance time shall be selected from the

maximum interval. Example: Phase 2 is the artery, in recall. Phase 3 is the advance for phase 4, in non-lock mode. Phase 4 (parent phase) is the minor street, in non-lock mode. Phase 2 ON Phase 4 OMIT Phase 4 CHECK Phase 3 vehicle detector Phase 3 ON Phase 4 vehicle detector

171-401 & 171-402 251

Page 252: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 10 of 14

ITEM #1108115A

ACTUATED ADVANCE GREEN Where the timing and sequence indicates an advance green phase that is to be extended only, and is to always precede either a phase other than phase 2 or a phase not in recall, the following guidelines shall be in effect: 1. The phase ON outputs of all phases that could precede the advance phase, shall be diode

connected to the parent phase OMIT input. 2. The parent phase CHECK output shall be diode connected, through the normally closed

contacts of a relay, to the advance phase vehicle detector input. The advance phase loop detector output shall be connected to the normally open contacts.

3. The relay coil shall be energized by the advance phase ON output, which in turn will switch

the vehicle detector input from the parent phase CHECK circuit to the loop detector. 4. The advance phase ON output shall be diode connected to the following parent phase vehicle

detector input. This is to insure a green indication from the parent phase. 5. The advance phase shall be in the non-lock mode. Example: Phase 2 is the artery, in recall. Phase 3 is the pedestrian phase. Phase 4 is the advance for phase 5, in non-lock. Phase 5 (parent phase) is the minor street, in non-lock. Phase 2 ON Phase 5 OMIT Phase 3 ON Phase 4 loop detector output Phase 4 vehicle detector input Phase 5 CHECK Phase 4 ON 24 VDC Phase 4 ON Phase 5 vehicle detector input The 24 volt relay shall be Type C as previously described in these specifications.

171-401 & 171-402 252

Page 253: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 11 of 14

ITEM #1108115A

NON-ACTUATED CLEARANCE PHASE

NON-ACTUATED LAG GREEN PHASE Where the timing and sequence indicates a non-actuated clearance phase or a lagging green phase that always follows the phase in recall, the following guidelines shall be in effect: 1. The parent phase ON output shall be diode connected to all appropriate phase OMIT inputs

except the clearance phase. 2. The remaining actuated phases shall have their CHECK outputs diode connected to the

clearance phase vehicle detector input. 3. The clearance phase ON output shall be diode connected to the following phases vehicle

detector input (if the phase is in non-lock mode). This will prevent the controller from returning to the parent phase from the clearance phase without servicing the minor street.

4. The clearance phase shall be in the non-lock mode. 5. The clearance, or lag green time shall be selected from the maximum interval. Example: Phase 2 is the artery, in recall. Phase 3 is the clearance phase, in non-lock. Phase 4 is the pedestrian phase. Phase 5 is the minor street, in non-lock. Phase 4 OMIT Phase 2 ON Phase 5 OMIT Phase 4 CHECK Phase 3 VEHICLE DETECTOR input Phase 5 CHECK Phase 3 ON Phase 5 VEHICLE DETECTOR input Where the timing and sequence shows a non-actuated clearance phase or lagging green phase following either a phase other than phase 2 or a phase not in recall, the following guidelines shall be in effect: 1. The parent phase ON output shall be diode connected to the following clearance phase vehicle

detector input. This insures the clearance phase will always follow the parent phase. 2. The clearance phase shall be in the non-lock mode. 3. The clearance, or lag green time shall be selected from the minimum green interval. Parent phase ON Clearance phase VEHICLE DETECTOR input

171-401 & 171-402 253

Page 254: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 12 of 14

ITEM #1108115A

ACTUATED CLEARANCE PHASE

ACTUATED LAG GREEN PHASE Where the timing and sequence indicates an actuated lagging green phase that is to be extended only, and always follows another phase, the following guidelines shall be in effect: 1. The parent phase (usually phase 2) ON output shall be diode connected to the phase OMIT

inputs of all phases that could follow the lag phase. 2. The CHECK outputs of all phases that could follow the lag phase shall be diode connected,

through the normally closed contacts of a relay, to the lag phase vehicle detector input. The lag phase loop detector output shall be connected to the normally open contacts.

3. The relay coil shall be energized by the lag phase ON output which in turn will switch the

phase detector input from the CHECK circuits to the loop detector. 4. The lag phase shall be in the non-lock mode. Example: Phase 2 (parent phase) is the artery, in recall. Phase 3 is the lag phase, in non-lock. Phase 4 is the pedestrian phase. Phase 5 is the minor street, in non-lock. Phase 4 OMIT Phase 2 ON Phase 5 OMIT Phase 3 loop detector output Phase 3 VEHICLE DETECTOR input Phase 4 CHECK Phase 5 CHECK Phase 3 ON 24 VDC The 24 VDC relay shall be Type C as previously described in these specifications.

171-401 & 171-402 254

Page 255: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 13 of 14

ITEM #1108115A

FLASHING STOP AHEAD SIGN Where the timing and sequence indicates a flashing stop ahead sign, the clearance interval following the phase that the sign is off shall be timed by the following method. The following phase shall be used for the clearance time. These phases shall be overlapped. The green indication will be maintained by the overlap feature and the following phase green time will be the stop ahead sign clearance. The artery phase ON output shall be diode connected to all other phase OMIT inputs except the clearance phase and the artery phase. The CHECK outputs from the remaining phases (as needed) shall be diode connected to the sign clearance phase vehicle detector input. The clearance phase shall be in the non-lock mode. Artery phase Remaining phases ON output OMIT inputs Remaining phases Clearance phase CHECK outputs vehicle detector input If the non-artery phases are in the non-lock mode, a call must be forced to the non-artery phase once the controller leaves the artery Hold interval (either artery walk or artery green). This prevents a false "Stop Ahead" indication if a vehicle turns right on red during the flashing sign clearance interval. artery ped clearance non-artery phase or vehicle detector clearance phase ON Unless otherwise shown on the plans, the 110 VAC flash power shall be from a spare load switch in the controller cabinet. The load switch input shall be driven with the flashing logic output from the controller. The flashing logic output shall be disconnected from the load switch during the intervals the sign is inactive. Spare load switch input Flashing logic Phase 1 On 24 VDC Phase 2 On Typical drive circuit for “WHEN FLASHING STOP AHEAD” sign

171-401 & 171-402 255

Page 256: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 5-15 14 of 14

ITEM #1108115A

TIME BASE COORDINATION MAX II ACTUATION BY PEDESTRIAN CALL

When the sum of the split times, including the walk and don’t walk, exceed the background cycle length, the designer may choose to either allow a double cycle of the background timer or reduce the phase timings when the ped phase is called. Reduction of the phase timing by switching to MAX 2 avoids double cycling. Where indicated on the plans the exclusive pedestrian phase will call MAX II. The minor movement max 2 times are set low so that the total phase times do not exceed the coordination cycle length. Install a 24 volt relay connected to the inputs and outputs as shown on the following schematic. Operation: When the controller advances to the exclusive pedestrian phase, the relay is actuated and latched. MAX II timing is selected for one complete cycle, until the relay is unlatched by the artery yellow (absence of red or green). Example: Phase 2 is the artery. Phase 3 is the exclusive pedestrian phase. Phase 2 RED LOGIC GROUND

Phase 2 GREEN MAX II Pedestrian Phase 3 ON 24VDC

171-401 & 171-402 256

Page 257: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-15 1 of 1

ITEM #1108163A

ITEM #1108163A - MODIFY EXISTING CONTROLLER

THIS SPEC ONLY FOR INTERSECTION #115-209 -PUTNAM - ROUTE 44 AND ROUTE 12 AT ROUTE 171 AND BARBER ST. AND NICHOLS ST.

This item shall consist of modifying the existing traffic controller assembly to provide the revised operation as shown on the plans or as directed by the Engineer. The modification shall include, but not be limited to, revisions to the timing and sequence, cabinet wiring, coordination, pre-emption, field wiring and cabinet wiring diagrams. MATERIAL The material for this work shall conform to the requirements of the current edition of the Connecticut Department of Transportation Functional Specifications for Traffic Control Equipment. The material shall be compatible with the existing equipment. Any material in question shall be approved prior to installation by the Engineer or the Department of Transportation Signal Lab, 280 West Street, Rocky Hill. Contact Mr. Don Assard at (860) 258-0346 or Mr. Mark Zampini at (860) 258-0349 for approval. CONSTRUCTION METHODS All revisions to the cabinet wiring shall be neat and orderly. All additional wiring shall be from terminal to terminal. Splices will not be allowed. All changes, additions and deletions shall be documented, dated and drawn on the reproducible original or a reproducible copy of the original cabinet wiring diagram. Four paper copies shall be furnished to the Engineer upon completion of the revision. METHOD OF MEASUREMENT This item will be measured for payment as an "Each" item. BASIS OF PAYMENT This item will be paid for at the contract price each, for "Modify Existing Controller" which price shall include all necessary load switches, relays, components, hardware, tools, equipment, engineering and labor required to modify the existing controller as shown on the plan. This price shall also include four updated cabinet wiring diagrams.

Pay Item Pay Unit Modify Existing Controller Ea.

171-401 & 171-402 257

Page 258: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-12 1 of 2

ITEM #1108207A

ITEM #1108207A - INSTALL STATE FURNISHED TRAFFIC CONTROLLER AND CABINET Description: This item shall consist of installing a traffic controller cabinet, and related equipment, furnished by the State, Department of Transportation, on an existing, modified, or new foundation as indicated on the plans or as directed by the Engineer. Material: All material for this work shall be furnished by the State except for miscellaneous electrical hardware, such as spade connectors, electrical tape, and cable ties required to complete the installation. Construction Methods: The Contractor shall arrange a schedule to pick up the traffic controller, cabinet, and related material from the Department of Transportation, Signal Lab, located at 280 West Street in Rocky Hill. Contact Mr. Don Assard at (860) 258-0346 or Mr. Mark Zampini at (860) 258-0349, 45 days in advance to schedule pick up of the material. In addition, the Contractor shall telephone 24 hours prior to the scheduled date to confirm the location and time of pick up. The Contractor shall sign a receipt, listing all material furnished by the State, for each location. All material provided by the State shall be transported, and stored if necessary, with care appropriate for microprocessor electronic equipment. It shall be the Contractors responsibility from the time of pick up until the new controller is in operation according to plan, to repair or replace any material damaged during delivery or during installation. The Contractor shall develop a schedule of the dates of the installation of each State furnished controller. The Contractor shall keep the Engineer advised of the schedule and any subsequent changes. The Engineer shall notify the D.O.T., District Electrical Maintenance Office and the D.O.T. Signal Lab of the schedule and all changes to the schedule. It shall be the responsibility of the Contractor to determine the function of existing traffic signal, pedestrian signal and detector cables, which will be reused, so that correct connection to the new controller may be completed. The cabinet shall be installed on the foundation in accordance with the plans or as directed by the Engineer. Prior to connection of the field wires to the new controller cabinet, the Contractor shall perform the following tests: 1. Flash out all traffic and pedestrian signal field wires. This shall consist of momentarily connecting each to a 110 VAC fused source. This will ensure the signals are connected to the correct wires and there are no shorts in the field wiring. 2. Voltage test all input circuits. This shall consist of measuring all other field wires, such as vehicle detector, pedestrian pushbutton and pre-emption cables with a volt meter to ensure there is no voltage present which will damage the electronic devices.

171-401 & 171-402 258

Page 259: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-12 2 of 2

ITEM #1108207A

Only then will existing and new signal wires and detector cables be connected, as indicated in the signal hook up chart provided with each cabinet. When secondary service is initially applied to a State furnished controller cabinet, the controller unit, conflict monitor, coordination unit and other electronic equipment shall be unplugged. After the signals are flashing, the controller, conflict monitor and other equipment shall be connected, and the intersection placed in automatic operation. Method of Measurement: This work shall be measured for payment by the number of traffic controllers, cabinets and related equipment for each, picked up, installed, operating and accepted in place. Basis of Payment: This work will be paid for at the contract unit price each for "INSTALL STATE FURNISHED TRAFFIC CONTROLLER AND CABINET" complete in place, which shall include transportation from the pick up source to the location, storage, all miscellaneous electrical hardware, tools and work incidental thereto.

171-401 & 171-402 259

Page 260: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-14 1 of 6

ITEM # 1108724A, 1112410A 1112470A, 1113550A

ITEM #1108724A - PHASE SELECTOR

ITEM #1112410A - DETECTOR (TYPE A)

ITEM #1112470A - PRE-EMPTION SYSTEM CHASSIS

ITEM #1113550A - DETECTOR CABLE (OPTICAL) SYSTEM DESCRIPTION: The emergency vehicle traffic signal priority control system shall enable designated vehicles to remotely cause the traffic signal controller to advance to and/or hold a desired traffic signal display by using existing controller functions. The control shall be activated at a minimum distance of 1,800 feet (548.6m) along an unobstructed "line of sight" path. The control shall not terminate until the vehicle is within 40 feet (12.2m) of the detector or at the intersection.

The system shall consist of the following components:

A. Vehicle Emitter which shall be mounted on the emergency vehicle and shall transmit optical energy signals only in the forward direction. If the municipality presently uses optical pre-emption, the emitters shall be of the same manufacture currently used by the Town.

B. Phase Selector (minimum 2 channel) which shall cause the signal controller to advance

to and/or hold the desired traffic signal display for the emergency vehicle. A pre-emption system chassis shall house two phase selectors.

C. Optical Detector which shall be mounted on or near a traffic signal and shall receive

the optical energy signals generated by the Vehicle Emitter. Detector (Type A), 1 Direction, 1 Channel

D. Detector Cable (Optical). System Operation:

A. The operating sequence shall be initiated when the optical detector receives the required optical energy signal from the Emitter.

B. The phase selector shall cause the traffic signal controller to advance to and/or hold the

desired traffic signal display for the emergency vehicle.

C. The phase selector shall cause the controller to advance to and/or hold the desired traffic signal display even if the optical energy signals cease before the desired display is obtained.

171-401 & 171-402 260

Page 261: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-14 2 of 6

ITEM # 1108724A, 1112410A 1112470A, 1113550A

D. The phase selector shall allow the traffic signal controller to resume normal operation within ten seconds after optical energy signals cease if the optical energy signals cease after the desired traffic signal display is obtained.

E. The phase selector shall not respond to optical energy signals from an emergency

vehicle if it is already processing optical energy signals from another emergency vehicle.

System Components: A. Vehicle Emitter:

The emitter assembly consists of an emitter and power supply and an emitter control switch assembly. The emitter assembly is mounted on a vehicle and produces a flashing optical signal when in operation.

1. Shall operate on ten to fifteen volts DC input voltage, but shall not be damaged by

input voltage surges up to twenty-five volts DC.

2. Shall be controlled by a single on/off switch that requires no other adjustments by the operator. The on/off condition shall be indicated by a light located adjacent to the switch.

3. Shall be automatically disabled or de-activated by one or a combination of the

following: seat switch, emergency brake switch, door switch, transmission safety switch.

4. Shall operate over an ambient temperature range of minus 30O F. to plus 165O F.

(minus 34O C to plus 74O C)

5. Shall operate in 5 to 95 % humidity.

6. Shall be a pulsed optical energy source with a controlled repetition rate of 10Hz to 14 Hz and adjustable intensity.

7. Shall not generate voltage transients on the battery input line which exceed battery

voltage by more than four volts.

8. Shall produce optical energy in a cone of not more than 90 degrees horizontal and not more than 30 degrees vertical. The detectors and/or phase selector shall not sense a pre-emption signal from an emitter outside this cone.

B. Optical Detector:

The optical detector receives the high intensity optical pulses produced by the emitter. These optical energy pulses are transformed by the detector into appropriate electrical signals which are transmitted to the phase selector. The optical detector is mounted at or near the intersection in a location which permits an unobstructed line of sight to vehicular approaches. The units may be mounted on signal span wires, mast arms or other appropriate structures.

171-401 & 171-402 261

Page 262: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-14 3 of 6

ITEM # 1108724A, 1112410A 1112470A, 1113550A

1. Shall be of solid state construction.

2. Shall operate over an ambient temperature range of minus 30O F. to plus 165O F. (minus 34O C to plus 74O C)

3. Shall have internal circuitry potted in a semi-flexible compound to ensure moisture

resistance.

4. Shall operate in 5 to 95 % humidity.

5. Shall have a cone of detection of not more than 13 degrees. The detector and/or phase selector shall not sense a pre-emption signal from an emitter outside this cone.

C. Phase Selector:

The phase selector supplies power to and receives electrical signals from the optical detector. When detector signals are recognized as a valid call, the phase selector causes the signal controller to advance to and/or hold the desired traffic signal display. This is accomplished by activating the pre-empt input to the controller. The phase selector is capable of assigning priority traffic movement to one of two channels on a first-come, first-serve basis. Each channel is connected to select a particular traffic movement from those normally available within the controller. Once a call is recognized, "commit to green" circuitry in the phase selector functions so that the desired green indication will be obtained even if optical communication is lost. After serving a priority traffic demand, the phase selector will release the controller to follow normal sequence operation.

1. Shall include an internal power supply to supply power to the optical detectors.

2. Shall have minimum two-channel operation with the capability of interfacing with an

additional phase selector for expansion of channels of operation.

3. Shall have adjustable detector range controls for each channel of operation, from 40 feet (12m) to 1800 feet (548m).

4. Shall have solid state indicator lights for power on and channel called.

5. Shall operate over an ambient temperature range of minus 30O F. to plus 165O F.

(minus 34O C to plus 74O C)

6. Shall operate in 5 to 95 % humidity. D. Pre -Emption System Chassis:

1. Card cage/slot shall provide all the necessary hardware and harnessing required to allow simple wiring of phase selector to detector outputs and controller inputs..

2. Shall have harness to carry 115VAC and card outputs. 3. Shall include terminal block/strip for connecting the detectors.

E. Detector Cable (Optical):

171-401 & 171-402 262

Page 263: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-14 4 of 6

ITEM # 1108724A, 1112410A 1112470A, 1113550A

1. 3-Conductor cable with shield and ground wire. 2. AWG #20 (7x28) stranded. 3. Individually tinned copper strands. 4. Conductor insulation: 600 volt, 167O F. (75 deg. C). 5. 1 Conductor-yellow; 1 Conductor-blue; 1 Conductor-orange. 6. Aluminized mylar shield tape or equivalent. 7. AWG #20 (7x28) stranded uninsulated drain wire 8. DC resistance not to exceed 11.0 ohms per 1000 feet (305m).

9. Capacitance from one conductor to other two conductors and shield not to exceed 48 pf/ft. (157pf/m).

10. Jacket: 600 volts, 176O F. (80 deg. C), minimum average wall thickness – 0.045” (1.14mm).

11. Finished O.D.: 0.3” (7.62mm) max. System Interface:

System shall be capable of operating in a computerized traffic management system when appropriate interfacing is provided by the computer supplier.

General:

The Contractor shall furnish the manufacturer the phasing diagrams indicating controller sequence and timing. The Contractor shall secure from the manufacturer a guarantee for the equipment for a period of sixty (60) months, which time shall commence from the date of delivery. Manufacturer shall certify upon request that all materials furnished will conform to this specification. The manufacturer or his designated representative shall be responsible for determining and setting all required range and emitter intensity for the emergency vehicle operation.

Construction Methods:

All equipment except the vehicle emitter assembly shall be installed and wired in a neat and orderly manner in conformance with the manufacturers’ instructions. The vehicle emitter assembly shall be delivered to a designated town representative. Installation of the vehicle emitter assembly shall be the responsibility of the town. Traffic signals owned and maintained by the State that have optical pre-emption equipment owned and maintained by the town shall have an Auxiliary Equipment Cabinet (AEC) attached to the controller cabinet. The optical pre-emption equipment shall be housed in the AEC. Traffic signals owned and maintained by the town do not require an AEC to house the pre-emption equipment. Detector cables shall be continuous with no splices between the optical detector and the AEC. Detector locations shown on the plan are for illustration purposes only. Exact location shall be determined by the contractor or the designated representative for the best possible line of sight.

171-401 & 171-402 263

Page 264: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-14 5 of 6

ITEM # 1108724A, 1112410A 1112470A, 1113550A

If not present in an existing traffic controller cabinet, the following items shall be installed and connected, in conformance with the current Functional Specifications for Traffic Control Equipment, “D” Cabinet Requirements (Pre-emption Type): Controller “D” harness and adapter. Pre-emption termination panel with terminal block and relay bases. Pre-emption disconnect switch, mounted on the emergency switch panel (on inside of

cabinet door). Pre-emption test buttons, mounted on the pre-emption termination panel.

All connections from the phase selector to the “D” harness and to the cabinet wiring shall be made at the termination panel. The termination panel shall have AC+ Lights, AC-, and a switched logic ground. The switched logic ground feeds all the pre-empt inputs to the phase selector. When switched off by the pre-emption disconnect switch, the traffic controller shall not be affected by pre-empt calls from the optical pre-emption system. A minimum of two test buttons shall be provided. If there are more than two pre-empt runs, a button for each shall be installed. A chart or print out indicating the program steps and settings shall be provided along with the revised cabinet wiring diagrams.

Test the Pre-emption System at the semi-final inspection According to the following Guidelines:

1. Notify the system owner/user, such as the municipal fire chief or public works director, of the scheduled inspection

2. Request a fire department representative and an emergency vehicle, which has an

emitter to conduct the test. If not available, the contractor shall provide an emitter.

3. In the presence of the Engineer and the municipal representative, test each pre-empted approach with the emergency vehicle. Test the following items of the system:

* Confirm that the emitter activates the phase selector and the phase selector activates the correct pre-emption input to the controller.

* Confirm adequate range. The traffic signal must be pre-empted to green sufficiently in advance of the emergency vehicle arrival. The vehicle emitter shall initiate pre-emption at a minimum distance of 1800 FT. (548.6m).

* Confirm there are no false calls. Keep the emitter active as the emergency vehicle passes through the intersection. No other optical detectors shall sense the strobe.

4. Document the test. Provide the Engineer and, upon request, the municipality copies of

the test results.

If a malfunction is found or the system needs adjustment (such as range, emitter intensity, or detector location), schedule a follow-up test. Repeat the above steps for all approaches that did not pass.

All adjustments such as emitter intensity, phase selector range, sensitivity, detector placement, shall be made at the intersection by the contractor so that the optical pre-

171-401 & 171-402 264

Page 265: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-14 6 of 6

ITEM # 1108724A, 1112410A 1112470A, 1113550A

emption operates correctly with other major manufacturers' equipment currently owned by the town.

Method of Measurement: Optical Detectors, Phase Selectors, System Chassis will be measured for payment by the number of each supplied, installed and accepted. Detector Cable (Optical) will be measured by the number of linear feet (meters) supplied, installed and accepted. Vehicle Emitters will be measured by the number of each supplied to the Town and accepted. Basis of Payment:

Payment for Optical Detectors, Phase Selector, System Chassis and Detector Cable (Optical) will include the item unit cost, including all manufacturer's required mounting hardware and the cost of installation and supervision by the manufacturer or his designated representative, including travel and subsistence, and all materials, equipment and labor incidental thereto. Payment for termination panel, “D” harness, test buttons, program chart (or print out) and revised cabinet wiring diagrams shall be included in the item PRE-EMPTION SYSTEM CHASSIS. Payment for Vehicle Emitters will include the item unit cost only. Pay Items Pay Units Vehicle Emitter Ea. Detector (TYPE A) Ea. Phase Selector Ea. Detector Cable (Optical) L.F. (m) Pre-Emption System Chassis Ea.

171-401 & 171-402 265

Page 266: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-03 1 of 5

ITEM #1108727A, 1112207A

ITEM #1108727A - PHASE SELECTOR (AUDIO)

ITEM #1112207A - SIREN DETECTOR System Description: The emergency vehicle priority system shall enable an emergency vehicle to remotely cause the traffic signal controller to advance to and/or hold a desired traffic signal phase.

The system shall consist of the following components: Siren Detector Phase Selector (Audio) Confirmation Light (optional)

Material: All system components shall meet or exceed NEMA TS1 and TS2 environmental specifications. Siren Detector The acoustical siren detector (SD) shall be a lightweight, weatherproof, highly directional microphone capable of sensing and transforming audible siren sound energy into electrical signals useable by the phase selector. The unit shall include a single 45-ohm microphone, which provides high directional discrimination. Microphone mounting hardware shall allow for full 360-degree alignment on a traffic standard, mast arm, pedestal, wood pole or span wire application. The microphone shall be responsive to a siren that produces a nominal sound pressure level of 120-db spell at a 10-foot distance from the vehicle.

1. The siren detector shall be capable of recognizing three different and distinct types of signals: Yelp, Wail and Hi-Lo.

2. Shall operate over an ambient temperature range of minus 40O C to plus 85O C. (minus

40O F. to plus 185O F.)

3. Shall have internal circuitry potted in a semi-flexible compound to ensure moisture resistance.

4. Shall operate in 0 to 95 % humidity.

5. Shall have a cone of detection of not more than 13 degrees. The detector shall not sense

a pre-emption signal from a siren outside this cone.

171-401 & 171-402 266

Page 267: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-03 2 of 5

ITEM #1108727A, 1112207A

Phase Selector (AUDIO)

The Phase Selector (PS) supplies power to and receives electrical signals from the siren detector.

The PS shall be capable of assigning priority traffic movement to one of two channels on a

first-come, first-serve basis. Each channel is connected to the appropriate pre-emption input of the traffic controller. Once a call is recognized, "commit to green" circuitry in the PS functions so that the desired pre-emption call will be obtained even if siren communication is lost. After serving a priority traffic demand, the PS unit will release the controller to follow normal sequence operation.

The PS shall consist of a standard 4.500” x 6.875” three-slot stand-alone card rack with a signal processor card and a microphone interface card. The signal processor shall have switches for manual pre-emption and an RS-232 port for communications via a laptop computer. The third slot shall accept an optional Confirmation Light driver card when specified. When not specified the slot shall have a cover to prevent dirt, moisture etc. from entering the card rack. All input and output signals shall be interfaced from the chassis rear via 44 contact backplane connectors.

1. Shall include an internal power supply to supply power to the SD.

2. Shall have minimum two-channel operation with the capability of interfacing with an

additional phase selector for expansion of channels of operation.

3. Shall have adjustable detector range controls for each channel of operation, from 12M (40 feet) to 548M (1800 feet).

4. Shall have solid state indicator lights for power on and channel called.

5. Shall operate over an ambient temperature range of minus 34O C to plus 60O C (minus

30O F. to plus 140O F.)

6. Shall operate in 0 to 95 % humidity.

Confirmation Lights (OPTIONAL–ONLY ON TOWN/CITY OWNED SIGNALS)

When indicated on the plan a Confirmation Light (CL) with drive card shall be installed. The CL shall provide visual indication to the emergency vehicle operator that the siren has been detected and that the pre-emption call has been sent to the traffic signal controller. CL is not permitted on State owned signals.

The CL unit: 1) Shall be a 110 VAC white incandescent lamp designed for outdoor application. 2) Mounting hardware shall be corrosion resistant, designed for outdoor installation. 3) Shall be capable of displaying a flashing or solid output during pre-emption call. 4) The driver card shall be programmable with dipswitches.

171-401 & 171-402 267

Page 268: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-03 3 of 5

ITEM #1108727A, 1112207A

System Operation:

A. The pre-emption sequence shall be initiated when the directional SD receives the required acoustical signal from the EV siren. The SD converts the siren’s acoustical signal into an electrical signal that is sent to the PS.

B. The PS produces a ground-true output that is connected to the appropriate traffic

controller pre-emption input.

C. The traffic controller begins the pre-emption run as shown on the plan and as programmed in the controller.

D. A SD facing away from the approaching EV shall sense the change in siren audible

level when the EV passes through the intersection. The PS shall then terminate the pre-emption call within 10 seconds. If the EV does not pass through the intersection or if the siren is turned off, the PS shall automatically terminate the pre-emption call after 45 seconds.

E. The PS shall not respond to acoustical signals from an EV if it is already processing

acoustical signals from another emergency vehicle. System Interface:

System shall be capable of operating in a computerized traffic management system when the computer supplier provides appropriate interfacing. Construction Methods:

General: The Contractor shall furnish the manufacturer the phasing diagrams indicating controller

sequence and timing and proposed SD locations. Detector and CL locations shown on the plan are for illustration purposes only. The manufacturer or his designated representative shall be responsible for final location of SD’s and CL’s; determining and setting the optimal range for the emergency vehicle pre-emption system; conducting system test.

The Contractor shall secure from the manufacturer a guarantee for the equipment for a period of sixty (60) months, which time shall commence from the date of delivery. Manufacturer shall certify upon request that all materials furnished will conform to this specification.

All equipment shall be installed and wired in a neat and orderly manner in conformance with the manufacturers’ instructions.

Traffic signals owned and maintained by the State that have pre-emption equipment owned and maintained by the town shall have an Auxiliary Equipment Cabinet (AEC) attached to the controller cabinet. The pre-emption equipment shall be housed in the AEC. Traffic signals owned and maintained by the town do not require an AEC to house the pre-emption equipment.

Detector cables shall be continuous with no splices between the siren detector and the AEC.

171-401 & 171-402 268

Page 269: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-03 4 of 5

ITEM #1108727A, 1112207A

If not present in an existing traffic controller cabinet, the following items shall be installed and connected, in conformance with the current Functional Specifications for Traffic Control Equipment, “D” Cabinet Requirements (Pre-emption Type):

Controller “D” harness and adapter. Pre-emption termination panel with terminal block and relay bases. Pre-emption disconnect switch, mounted on the emergency switch panel (on inside of

cabinet door). Pre-emption test buttons, mounted on the pre-emption termination panel.

All connections from the phase selector to the “D” harness and to the cabinet wiring shall

be made at the termination panel. The termination panel shall have AC+ Lights, AC-, and a switched logic ground. The switched logic ground feeds all the pre-empt inputs to the controller unit. When switched off by the pre-emption disconnect switch, the traffic controller shall not be affected by pre-empt calls from the pre-emption system. A minimum of two test buttons shall be provided. If there are more than two pre-empt runs, a button for each shall be installed. Program the traffic controller to the pre-emption runs as shown on the plans. A chart or print out indicating the program steps and settings shall be provided along with the revised cabinet wiring diagrams. Pre-emption System Test:

1. Notify the system owner/user, such as the municipal fire chief or public works director, of the scheduled inspection.

2. Request a fire department representative and an emergency vehicle, which has a siren

to conduct the test. If not available, the contractor shall provide a siren.

3. In the presence of the Engineer and the municipal representative, test each pre-empted approach with the emergency vehicle. Test the following items of the system:

* Confirm that the siren activates the phase selector and the PS activates the correct pre-emption input to the controller.

* Confirm adequate range. The traffic signal must be pre-empted to green sufficiently in advance of the emergency vehicle arrival. The vehicle siren shall initiate pre-emption at a minimum distance of 548.6M (1800 feet).

* Confirm there are no false calls. Keep the siren active as the emergency vehicle passes through the intersection. No other detectors shall initiate a pre-emption run and the pre-emption call shall terminate after 10 seconds.

4. Document the test. Provide the Engineer and, upon request, the municipality copies of

the test results. If a malfunction is found or the system needs adjustment (such as range, siren intensity, or detector location), schedule a follow-up test. Repeat the above steps for all approaches that did not pass. Method of Measurement: Detectors, Phase Selector and Verification Lights will be measured for payment by the number of each supplied, installed and accepted.

171-401 & 171-402 269

Page 270: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 8-03 5 of 5

ITEM #1108727A, 1112207A

Basis of Payment:

Payment for Siren Detectors and Verification Lights will include the item unit cost, including all manufacturer's required mounting hardware and the cost of installation and supervision by the manufacturer or his designated representative, including travel and subsistence, and all materials, equipment and labor incidental thereto. Payment for the CL shall also include the drive card. Payment for Phase Selector (Audio) will include the card rack with signal processor card and microphone interface card, operation manual, parts list and warrantee. When needed, payment for the phase selector shall also include the termination panel, “D” harness, test buttons, program chart (or print out) and revised cabinet wiring diagrams. Pay Items Pay Units Confirmation Light Ea. Phase Selector (AUDIO) Ea. Siren Detector Ea.

171-401 & 171-402 270

Page 271: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

New 04-17 1 of 1

ITEM #1108808A

ITEM #1108808A - TRAINING Description: Training shall be arranged by the Contractor for the detection system included in the Contract. Construction Methods: Equipment Type:

360 Degree Video Detection System IP Video Detection Camera Assembly Video Image Detection System Thermal Video Detector Assembly

Training:

The Training shall be provided by the manufacturer’s certified trainer. For each type of equipment listed above, provide a minimum of six (6) hours of training for up to sixteen (16) representatives from the offices of District Maintenance, Traffic Engineering and Highway Operations. Include three (3) hours of classroom instruction and three (3) hours of hands-on instruction focusing on the following: Theory of operation; Program and operation instructions; Circuit description Troubleshooting; Preventative maintenance; field diagnostics; field adjustments Proper installation techniques Training sessions shall be scheduled at a mutually agreed time and location after installation of the equipment. Method of Measurement: Training will be measured for payment as a lump sum at the completion of all training sessions. Basis of Payment: The Contract lump sum price for “Training” shall include all necessary instruction manuals, maintenance manuals, schematics of all equipment, and instruction for all attendees of the training sessions.

Pay Item Pay Unit

Traffic Equipment Training 1.s.

171-401 & 171-402 271

Page 272: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-15 1 of 4

ITEM #1111201A - #1111213A

ITEM #1111201A - TEMPORARY DETECTION (SITE NO. 1)

ITEM #1111202A - TEMPORARY DETECTION (SITE NO. 2)

ITEM #1111204A - TEMPORARY DETECTION (SITE NO. 4)

ITEM #1111205A - TEMPORARY DETECTION (SITE NO. 5)

ITEM #1111206A - TEMPORARY DETECTION (SITE NO. 6)

ITEM #1111207A - TEMPORARY DETECTION (SITE NO. 7)

ITEM #1111208A - TEMPORARY DETECTION (SITE NO. 8)

ITEM #1111209A - TEMPORARY DETECTION (SITE NO. 9)

ITEM #1111210A - TEMPORARY DETECTION (SITE NO. 10)

ITEM #1111211A - TEMPORARY DETECTION (SITE NO. 11)

ITEM #1111212A - TEMPORARY DETECTION (SITE NO. 12)

ITEM #1111213A - TEMPORARY DETECTION (SITE NO. 13) Description: Provide a Temporary Detection (TD) system at signalized intersections throughout the duration of construction, as noted on the contract plans or directed by the Engineer. TD is intended to provide an efficient traffic-responsive operation which will reduce unused time for motorists travelling through the intersection. A TD system shall consist of all material, such as pedestrian pushbutton, accessible pedestrian signal, conduit, handholes, cable, messenger, sawcut, loop amplifier, microwave detector, Video Image Detection System (VIDS), Self-Powered Vehicle Detector (SPVD), and any additional components needed to achieve an actuated traffic signal operation. Materials: Material used for TD is either owned by the Contractor and in good working condition, or existing material that will be removed upon completion of the contract. Approval by the Engineer is needed prior to using existing material that will be incorporated into the permanent installation. New material that will become part of the permanent installation is not included or paid for under TD.

171-401 & 171-402 272

Page 273: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-15 2 of 4

ITEM #1111201A - #1111213A

Construction Methods: The work for this item includes furnishing, installation, relocating, realigning, and maintaining the necessary detection systems as to provide vehicle and pedestrian detection during each phase of construction. If not shown on the plan, program the TD modes (pulse or presence) as the existing detectors or as directed by the Engineer. If the TD method (loops, SPVD, microwave, VIDS, pushbutton, or other) it may be the Contractor’s choice. The method chosen for TD must be indicated on the TD Plan submission. The traffic signal plan-of-record, if not in the controller cabinet will be provided upon request. Ensure the controller phase mode (recall, lock, non-lock) and phase timing are correct for the TD. Adjust these settings as needed or as directed by the Engineer. At least 30 days prior to implementation of each phase of construction submit a TD proposal to the Engineer for approval. Submit the TD proposal at the same time as the Temporary Signalization plan. Indicate the following information for each intersection approach: Phase Mode Temporary Detection Method Area of Detection Detector Mode

Submit the proposed temporary phase timing settings and the TD installation schedule with the TD proposal. See the example below.

171-401 & 171-402 273

Page 274: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-15 3 of 4

ITEM #1111201A - #1111213A

Example Proposed Temporary Detection and Timing Site 1 Warren, Rt. 45 at Rt. 341, Location #149-201

Approach Phase Phase Mode TD Method Area of Detection Det Mode Rt. 45 NB 2 Min Recall VIDS 150’ from Stop Bar Pulse Rt. 45 SB 2 Min Recall SPVD 150’ from Stop Bar Pulse Rt. 341 4 Lock Microwave 30’ from Stop Bar Pulse Rt. 341 4 Lock Pushbutton At SE & SW

corners n/a

Temporary Phase Timing Settings:

Phase Min Ped Ped Clr Ext Max 1 Max2 Yel Red 2 20 0 0 6 45 60 4 1 4 14 7 9 3 27 35 3 1

Scheduled TD: July 4, 2011 Site 2 Scotland, Rt. 14 at Rt. 97, Location #123-201

Approach Phase Phase Mode TD Method Area of Detection Det Mode Rt. 15 WB Left Turn

1 Non-Lock VIDS 5’ in front to 10’ Behind Stop Bar

Presence

Rt. 14 EB 2 Min Recall Existing Loop

150’ from Stop Bar Pulse

Ped Phase 3 Non-Lock Pushbutton At all corners n/a Rt. 14 WB 6 Min Recall VIDS 150’ from Stop Bar Pulse

Rt. 97 4 Lock Loop, Pre-formed

20’ from Stop Bar Pulse

Temporary Phase Timing Settings:

Phase Min Ped Ped Clr Ext Max 1 Max2 Yel Red 1 5 0 0 2 12 18 3 0

2 & 6 24 0 4 4 26 36 4 1 3 16 7 9 0 16 16 4 1 4 14 7 9 3 27 35 3 1

Scheduled TD: July 4, 2011 When at any time during construction the existing vehicle or pushbutton detection becomes damaged, removed, or disconnected, install TD to actuate the affected approaches. Install and

171-401 & 171-402 274

Page 275: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 6-15 4 of 4

ITEM #1111201A - #1111213A

make TD operational prior to removing existing detection. TD must be operational throughout all construction phases. Provide a list of telephone numbers of personnel who will be responsible for the TD to the Engineer. If the TD malfunctions or is damaged, notify the Engineer and place the associated phase on max recall. Respond to TD malfunctions by having a qualified representative at the site within three (3) hours. Restore detection to the condition prior to the malfunction within twenty-four (24) hours. If the Engineer determines that the nature of a malfunction requires immediate attention and the Contractor does not respond within three (3) hours following the initial contact, then an alternative maintenance service will be called to restore TD. Expenses incurred by the State for alternative service will be deducted from monies due to the Contractor with a minimum deduction of $500.00 for each service call. The alternate maintenance service may be the traffic signal owner or another qualified Contractor. TD shall be terminated when the detection is no longer required. This may be either when the temporary signal is taken out of service or when the permanent detectors are in place and fully operational. Any material and equipment supplied by the Contractor specifically for TD shall remain the Contractor’s property. Existing material not designated as scrap or salvage shall become the property of the Contractor. Return and deliver to the owner all existing equipment used as TD that is removed and designated as salvage. Method of Measurement: Temporary Detection will be paid only once per site as a percentage of the contract Lump Sum price. Fifty percent (50%) will be paid when Temporary Detection is initially set up, approved, and becomes fully operational, and fifty percent (50%) will be paid when Temporary Detection terminates and all temporary equipment is removed to the satisfaction of the Engineer. Basis of Payment: This work will be paid at the contract Lump Sum price for “Temporary Detection (Site No.)”. The price includes furnishing, installing, relocating, realigning, maintaining, and removing, the necessary detection systems and all incidental material, labor, tools, and equipment. This price also includes any detector mode setting changes, timing or program modifications to the controller that are associated with TD. All Contractor supplied material that will remain the Contractor’s property will be included in the contract Lump Sum price for “Temporary Detection (Site No.).” Any items installed for TD that will become part of the permanent installation will not be paid for under this item but are paid for under the bid item for that work. Pay Item Pay Unit Temporary Detection (Site No.) L. S.

171-401 & 171-402 275

Page 276: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-11 1 of 5

ITEM #1111401A, 1111451A

ITEM #1111401A - LOOP VEHICLE DETECTOR

ITEM #1111451A - LOOP DETECTOR SAWCUT Replace Section 11.11, LOOP VEHICLE DETECTOR AND SAWCUT, with the following: 11.11.01 – Description: 1. Furnish and install a loop vehicle detector amplifier. 2. Sawcut pavement. Furnish and install loop detector wire in sawcut. 11.11.02 – Materials:

Article M.16.12 M.16.12 - LOOP VEHICLE DETECTOR AND SAWCUT 1. Loop Vehicle Detector:

Comply with National Electrical Manufacturers Association (NEMA) standards, Section 6.5, Inductive Loop Detectors.

Comply with the current CT DOT Functional Specifications for Traffic Control Equipment, Section 3 B, Loop Vehicle Detector with Delay/Extend Option.

2. Sawcut: (a) Wire in sawcut:

International Municipal Signal Association (IMSA) Specification 51-7, single conductor cross-linked polyethylene insulation inside polyethylene tube.

# 14 AWG (b) Sealant:

(1) Polyester Resin Compound Two part polyester which to cure, requires a liquid hardener. Use of a respirator not necessary when applied in an open air environment. Cure time dependent on amount of hardener mixed. Flow characteristics to guarantee encapsulation of loop wires. Viscosity: 4000 CPS to 7000 CPS at 77 degrees Fahrenheit (25o C). Form a tack-free skin within 25 minutes and full-cure within 60 minutes at 77 degrees

Fahrenheit (25o C). When cured, resist effects of weather, vehicular abrasion, motor oil, gasoline,

antifreeze, brake fluid, de-icing chemicals, salt, acid, hydrocarbons, and normal roadway encounters.

When cured, maintain physical characteristics throughout the ambient temperature ranges experienced within the State of Connecticut.

When cured, bonds (adheres) to all types of road surfaces. Weight per Gallon (3.8 l): 11 lbs ±1 lb (5kg ± .45kg)

171-401 & 171-402 276

Page 277: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-11 2 of 5

ITEM #1111401A, 1111451A

Show no visible signs of shrinkage after curing. 12 month shelf life of unopened containers when stored under manufacturers

specified conditions. Cured testing requirements:

Gel time at 77 degrees F (25° C): 15 - 20 minutes, ASTM C881, D-2471 Shore D Hardness at 24 hours: 55-78, ASTM D-2240 Tensile Strength: > 1000 psi (6895 kPa), ASTM D-638 Elongation: 18 - 20 %, ASTM D-638 Adhesion to steel: 700 - 900 psi (4826 - 6205 kPa), ASTM D-3163 Absorption of water, sodium chloride, oil, and gasoline: < 0.2%, ASTM D-570

Include in the Certificate of Compliance: Manufacturer’s confirmation of the uncured and cured physical properties

stated above. Material Safety Data Sheet (MSDS) stating sealant may be applied without a

respirator in an open air environment. Designed to allow clean-up without the use of solvent that is harmful to the workers

and the environment.

(2) Elasotmeric Urethane Compound: One part urethane which to cure, does not require a reactor initiator, or a source of

thermal energy prior to or during its installation. Use of a respirator not necessary when applied in an open air environment. Cure only in the presence of moisture. Flow characteristics to guarantee encapsulation of loop wires. Viscosity such that it does not run out of the sawcut in sloped pavement during

installation; 5000 CPS to 85,000 CPS. Form a tack-free skin within 24 hours and 0.125 inch (0.33mm) cure within 30 hours at

75 degrees Fahrenheit (24o C). When cured, resist effects of weather, vehicular abrasion, motor oil, gasoline,

antifreeze, brake fluid, de-icing chemicals, salt, acid, hydrocarbons, and normal roadway encounters.

When cured, maintain physical characteristics throughout the ambient temperature ranges experienced within the State of Connecticut.

Show no visible signs of shrinkage after curing. Shelf life when stored under manufacturers specified conditions:

Caulk type cartridges: minimum 9 months Five gallon containers: minimum 12 months

Designed for application when the pavement surface temperature is between 40 and 100 degrees Fahrenheit (4o and 38o C).

Uncured testing requirements: Weight/Gallon: ASTM D-1875 Determination of Non-volatile Content: ASTM D-2834 Viscosity: ASTM D-1048B Tack-free Time: ASTM D-1640

Cured testing requirements: Hardness: ASTM D-2240 Tensile Strength & Elongation: ASTM D-412A

Include in the Certificate of Compliance: Manufacturer’s confirmation of the uncured and cured physical properties

stated above. Material Safety Data Sheet (MSDS) stating sealant may be applied without a

respirator in an open air environment.

171-401 & 171-402 277

Page 278: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-11 3 of 5

ITEM #1111401A, 1111451A

Designed to allow clean-up without the use of solvent that is harmful to the workers and the environment.

3. Miscellaneous:

(a) Liquidtight Flexible Nonmetallic Conduit UL listed for direct burial UL 1660 Smooth polyvinyl chloride inner surface

(b) Water Resistant Pressure Type Wire Connector

Ul listed for direct burial and wet locations UL 486D

11.11.03 - Construction methods: 1. Loop Vehicle Detector

Shelf-mount the detector amplifier in the controller cabinet. Terminate the harness conductors with crimped spade connectors. Connect conductors to

appropriate terminals, eg, black wire to 110vac, white wire to 110vac neutral. Tie loop harness and conductors to controller cabinet wiring harness. Leave enough slack in

loop harness so that amplifier may be moved around on cabinet shelf; ± 2 feet (0.6 meter) slack.

Attach a loop identification tag to the harness. Record pertinent detector information on the tag with indelible ink. See example below.

o Loop No.: D4 o Phase Call: Phase 4 o Field Location: Rt. 411(West St.) o Eastbound, Left Lane o Detector No.: 4 o Cabinet Terminals: 234, 235

2. Loop Detector Sawcut

Loop size, number of turns, and location is shown on the intersection plan. Do not cut through a patched trench, damaged or poor quality pavement without the approval

of the Engineer. Wet-cut pavement with a power saw using a diamond blade ⅜ inch (9.5mm) wide. Dry-cut is

not allowed. Ensure slot depth is between 1 ¾ inch to 2.0 inch (45mm to 50mm). Overlap corners to ensure full depth of cut. To prevent wire kinking and insulation damage, chamfer inside of corners that are ≤ 120

degrees. Clean all cutting residue and moisture from slot with oil-free compressed air. Ensure slot is

dry before inserting wire and sealing sawcut. Cut home-run, from loop to curb or edge-of-road, as shown on the typical installation sheet. To prevent cross-talk and minimize electrical interference, twist home-run wires, from edge

of road to handhole, with at least 5 turns per foot (16 turns per meter). Tape together twisted home-run wires at 2 foot (0.6 meter) ± intervals.

In new or resurfaced pavement, install loops in the wearing course. If the wearing course is not scheduled for immediate placement (within 24 hours) after the base course, provide temporary detection when directed by the Engineer. Temporary detection may be sawcut

171-401 & 171-402 278

Page 279: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-11 4 of 5

ITEM #1111401A, 1111451A

loops, preformed loops, microwave sensor, video, or other method approved by the Engineer.

Splice(s) not allowed anywhere in loop wire either in loop or in home-run. Ensure wires are held in place at bottom of slot by inserting at 2 foot (0.6 m) intervals, 1 inch

sections of foam backer rod or wedges formed from 1 inch (25mm) sections of the polyethylene tubing. Loop detectors with wires that have floated to the top of the sealant will not be accepted.

To create a uniform magnetic field in the detection zone, wind adjacent loops in opposite directions.

Use polyester compound as the sealant unless another type is allowed by the Engineer. Mix hardening agent into polyester resin with a power mixer or in an application machine

designed for this type of sealant in accordance with the manufacturer’s instructions. Apply the loop sealant in accordance with the manufacturer’s instructions and the typical

installation sheet. Do not apply sealant when pavement temperature is outside the manufacturers recommended application range.

Solder splice the loop wires to the lead-in cable and install water resistant connector as shown on the typical installation sheet.

Test the loop circuit resistance, inductance, and amplifier power-interruption as shown on the typical installation sheet. Document all test results.

3. Damaged, Patched, or Excessively Worn Pavement

Where the existing pavement is damaged, patched or excessively worn and is found to be not suitable for reliable loop detection, notify the Engineer.

When directed by the Engineer, remove and replace an area of pavement to allow the proper installation of the loop.

Remove a minimum of 3 inches (75mm) depth. Comply with the applicable construction methods of Section 2.02 Roadway Excavation,

Formation Of Embankment and Disposal of Surplus Material, and Section 4.06 Bituminous Concrete, such as:

o Cut Bituminous Concrete o Material for Tack Coat o Bituminous Concrete Class 1

4. Re-surface/Overlay Project

Prior to disconnecting the existing loop confirm that the amplifier is operating properly and is programmed according to plan. Document loop operation. Report any discrepancies and malfunctions to Engineer.

Remove all abandoned sawcut home-run wire from handhole. Sawcut new loop according to plan. Solder splice new loop wires to the existing lead-in cable and install new water resistant

twist connectors as shown on the typical installation sheet. Do not re-use the removed connectors.

Test the loop circuit resistance and inductance. Document results. Ensure the existing loop amplifier has re-tuned to the new loop and is operating according to

plan.

171-401 & 171-402 279

Page 280: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-11 5 of 5

ITEM #1111401A, 1111451A

11.11.04 – Method of Measurement: 1. Loop Vehicle Detector is measured by the number of installed, operating, tested, and accepted vehicle detector amplifiers of the type specified. 2. Loop Detector Sawcut is measured by the number of linear feet (meters) of installed, tested, operating, and accepted sawcut only where there is loop wire. Over-cuts at corners that do not contain wire are not measured. 11.11.05 – Basis of Payment: 1. Loop Vehicle Detector is paid at the contract unit price each of the type specified. 2. Loop Detector Sawcut is paid at the contract unit price per linear foot (meter). The price includes sawcut, loop wire, sealant, liquidtight flexible nonmetallic conduit, duct seal, water resistant splice connectors, testing, incidental material, equipment, and labor. Pay Item Pay Unit Loop Vehicle Detector ea. (ea.) Loop Detector Sawcut l.f. (m)

171-401 & 171-402 280

Page 281: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 02-02 1 of 1

ITEM #1111470A

ITEM #1111470A - TIME CLOCK DESCRIPTION:

This item shall consist of furnishing and installing a Time Clock/Time Base Coordination (TC/TBC) unit within a traffic signal cabinet in conformity with these specifications. MATERIALS:

The four circuit TC/TBC shall conform to the current requirements of the Department of Transportation Functional Specifications for Traffic Control Equipment, Four Circuit Solid State Time Clock With Time Base Coordination Option TC/TBC. CONSTRUCTION METHODS:

The TC/TBC harness shall be connected into the controller cabinet wiring in a neat and orderly manner. Refer to the TC/TBC INSTALLATION REQUIREMENTS included in the special provisions to Item #1108115A - Full Actuated Controller 8 Phase. All connections shall be to terminals. Splices will not be allowed. The TC/TBC hookup complete with pin number, function and cabinet terminal number shall be recorded in the form of a hookup chart, on 216 mm x 280 mm (8.5”x11”) paper. The location, location number, date of revision, project number, TC/TBC manufacturer and model number shall also be recorded on the hookup chart. A program card shall be completed indicating all input steps and settings. Four copies of the hookup chart and program card shall be furnished to the Engineer with one each left in the cabinet. Revise controller timings as shown on the plan. METHOD OF MEASUREMENT:

This work will be measured for payment by the number of Time Clock/Time Base Coordinators installed; operating in a time base system as designed, and accepted. BASIS OF PAYMENT:

This work shall be paid for at the contract price each for “Time Clock” which price shall include all materials, labor, tools, 4 copies each of the hookup chart and program card, controller timing changes, and all work incidental thereto. S:\traffic\1406\signal specs\specs\111470A-time clock.doc

171-401 & 171-402 281

Page 282: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 04-18 1 of 6

ITEM #1111600A, 1112259A, 1112281A, 1113901A

ITEM #1111600A - EXTENSION BRACKET

ITEM #1112259A - VIDEO DETECTION PROCESSOR

ITEM #1112281A - VEHICLE DETECTION CAMERA ASSEMBLY

ITEM #1113901A - CAMERA CABLE Description: Furnish and install a Video Image Detection System (VIDS) as shown on the plans or as directed by the Engineer. The VIDS consists of a Vehicle Detection Camera Assembly (VDCA), Video Detection Processor (VDP) and Camera Cable. The Extension Bracket item may be included in the Contract, as determined by the Engineer. Materials: All hardware shall be new, corrosion-resistant. All equipment shall be current production.

Vehicle Detection Camera Assembly: Camera:

Full Color camera. Fixed mount pan and tilt unit bracket. Image Sensor: 0.25-inch to 0.5-inch, charge-coupled device (CCD). Sensitivity: Full peak-to-peak video with 1 lux to 3 lux incandescent illumination

on the image sensor faceplate. Active picture elements (pixels): 720(H) x 480 (V), minimum. Resolution: Minimum 470 lines horizontal and 330 lines vertical, National

Television Standards Committee (NTSC) equivalent. Automatic white balance: Automatic white balance sensor through the lens for

color balancing. Video Signal format: EIA-170 composite video output at 1 Volt peak-to-peak. Output impedance: 75 Ohms nominal. Signal to noise ratio: Greater than 45dB. Lens mount – standard 3mm to 16 mm C or CS-mount and compatible with the

camera. Camera Enclosure:

Constructed of aluminum (painted or powder coated) or polycarbonate. Environmentally sealed housing. Adjustable sunshield should be provided. Internal Heater, window defroster.

Extension Bracket: Single arm [8 feet or less], or Truss type [8 feet or greater]. Vertical Pole mount (8 feet or greater) Length shown on plan. Clamp-on attachment to pole shaft 1 foot from top of span pole. Clamp on attachment to mast arm according to site survey determination.

171-401 & 171-402 282

Page 283: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 04-18 2 of 6

ITEM #1111600A, 1112259A, 1112281A, 1113901A

Designed to support minimum 30 lbs., 2 s.f. end load with minimal movement from wind.

Schedule 40, 2 inch IPS galvanized pipe. Heavy duty galvanized finish Refer to detail drawing contained herein.

Video Detection Processor: Functional:

Receive inputs from a minimum of 2 cameras through the front of the VDP. Sense vehicle activity from minimum 8 detection zones per camera. Sense departing vehicle activity as well as approaching vehicle activity. Emulate minimum 4 “contact closure” loop amplifier outputs in pulse, presence,

delay, delay inhibit, and extend mode as specified in NEMA TS 1, Section 15. Include image stabilization that corrects for video movement. Include automatic shadow cancellation of stationary shadows and moving

shadows. Place a vehicle call in the event of loss of video from VDCA or loss of power to

VDP. Accept standard analog NTSC color or monochrome video signal (1 volt peak to

peak, 75 ohm) from the VDCA or a video recording device. Provide output of standard analog NTSC color or monochrome video signal

through a video out female RCA/BNC style connector (1 volt peak to peak, 75 ohm) which may be switched to either video input.

Accuracy (Compared to actual vehicle observation of video over ½ hour time period). Occupancy: 20% true occupancy. Example: If observed occupancy is 20%, reported occupancy must be between 16% and 24%. Volume: 95% true counts under normal weather conditions.

90% true counts under adverse weather conditions (rain, snow, fog). Demand (presence) at stop bar: 98 % under all weather conditions. Speed: 20% true speed as measured by radar gun. Maintain above accuracy throughout nighttime and day-night-day (dusk-dawn)

transition. Detection Zone Programming:

Serial communication with the PC through front panel mounted USB/ Ethernet/ EIA-232 port.

Menu driven procedure on the PC, using Windows operating system supported by the Department.

Configure, label and adjust the detection zone with the cabinet mounted Video Detection Monitor (VDM), using a standard detachable keyboard/mouse. Capable of displaying a NTSC formatted signal.

Minimum data rate of 9600 bits/second. Detection zone data stored in non-volatile memory so that after recovery from

power interruption, all parameters are returned to latest settings. Ability to upload and down load program configuration file.

171-401 & 171-402 283

Page 284: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 04-18 3 of 6

ITEM #1111600A, 1112259A, 1112281A, 1113901A

Superimpose detection zone on real time video image from selected camera with time stamping capabilities.

Ability to monitor real time video and adjust zones while VDP is actuating the traffic controller.

Visual confirmation of detection by highlighting detection zone symbols. Physical:

Either shelf-mounted, stand-alone design or modular card rack design. Double row 22 pin (44 terminal) edge connector, Cinch Jones 50-44A-30M or

equivalent, which mates with NEMA TS 1 detector rack system. Standard BNC connectors for video input and BNC/ RCA video output. LED indications to monitor all detector outputs. Side- or rear-mounted connectors and controls are not allowed on stand-alone

units. Peripherals:

Separable Keypad and Joystick or Computer Mouse including all necessary cables for connectivity to VDP.

Environmental: Comply with NEMA TS 2, Section 2 requirements for Controller Assembly. Pass following NEMA TS 2 tests and applicable test procedures.

Vibration: Section 3.13.3, Section 3.13.8. Shock: Section 3.13.4, Section 3.13.9. Transients, Temperature, Voltage and Humidity: Section 3.13.7. Power Interruption: Section 3.13.10.

Surge Protection: Camera Side:

In the junction box, provide in-line surge protectors designed to protect externally mounted cameras unless VDCA is equipped with built-in surge protection.

Provide 3-stage protection. Primary gas discharge tube (GDT), secondary Silicon Avalanche Diode (SAD) and over current protection with solid state resettable fuses (positive temperature coefficient or PTC)

Cabinet Side: In the cabinet, provide in-line surge protectors designed to protect all VDP’s. Electrical Characteristics for Camera and Cabinet side surge protection:

Operating Voltage 5 VDC Clamping Voltage 6 VDC Operating Current 0.15A Peak Surge Current 20 kA (8x20microS) Frequency Range 0 to 20 MHz Insertion Loss <0.1dB at 20 MHz Response Time <0.5 ns Connection Type BNC, 50/75 Ohm Operating Temperature -40OC to +85OC Certifications UL 497B Listed

171-401 & 171-402 284

Page 285: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 04-18 4 of 6

ITEM #1111600A, 1112259A, 1112281A, 1113901A

Camera Cable: Supply the VDCA power and return the video signal to the VDP. Composite construction or as recommended by camera manufacturer.

Coaxial: 20 AWG, solid conductor. Polyethylene foam dielectric. Minimum 95% bare copper braid shield.

Power/ Control: 5 conductors 18 AWG, 7 strand conductor, shielded.

Polyethylene or polyvinyl chloride jacket. Other type cable may be substituted at the request of the VDP manufacturer. Connectors:

Use compression type connectors with compression tool to make connections. Documentation: (VDP, VDM and VDCA) Provide to the Department of Transportation Office of Maintenance 3 copies of equipment manuals furnished by the manufacturer, which include the following:

Installation and operation procedures. Performance specifications (functions, electrical, mechanical and environmental)

of the unit. Schematic diagrams. Pictorial of component layout on circuit board. List of replaceable parts including names of vendors for parts not identified by

universal part numbers such as JEDEC/RETMA or EIA. Troubleshooting, diagnostic and maintenance procedures. Configuration file in an USB storage device

Construction Methods: Site Survey: Perform a site survey with the VDP manufacturer at all VIDS locations. The purpose of the survey is to optimize the performance of the VIDS equipment when it is installed and insure that it will meet the accuracy requirements previously specified. Prior to installation, submit the results of this survey to the Engineer in a report, which lists all VIDS locations with any recommended changes to camera locations, mounting adjustments, camera lens adjustments, and desired detection zone locations. Warranties and Guarantees: (VDP and VDCA): Provide warranties and guarantees to the Department of Transportation Office of Maintenance in accordance with Article 1.06.08 of the Standard Specifications. Warranties for all equipment furnished as part of this Contract are to cover a period of 24 months following successful completion of the entire intersection acceptance test.

Install VIDS equipment in accordance with the manufacturer’s instructions and recommendations to achieve the detection zones as shown in the plans and accuracy as described in these specifications. Install extension bracket to meet minimum VDCA manufacturer’s recommendations. Tighten extension bracket bolts according to manufacturer’s torque specifications. The location of the VDCA shown on the plans may be

171-401 & 171-402 285

Page 286: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 04-18 5 of 6

ITEM #1111600A, 1112259A, 1112281A, 1113901A

revised as a result of the site survey. VDM and peripherals are to be furnished and fully installed in an easily accessible position within the controller cabinet. Leave proper clearance(s) surrounding video monitor to allow for accessible connections and space for access to surrounding equipment.

Method of Measurement: 1. The Extension Bracket will be measured for payment by the number of brackets furnished,

installed and accepted. 2. The Vehicle Detection Camera Assembly will be measured for payment by the number of

cameras furnished, installed operational and accepted. 3. The Video Detection Processor will be measured for payment by the number of units

furnished, installed, operational and accepted. 4. Camera Cable will be measured for payment by the number of linear feet of cable

furnished, installed and accepted. Basis of Payment: 1. The Contract price for each “Extension Bracket” shall include all labor, tools and

equipment necessary to attach the bracket to a pole shaft and/or mast arm. 2. The Contract price for each “Vehicle Detection Camera Assembly” shall include the

camera, enclosure, brackets used to attach the VDCA to a support structure or extension bracket, documentation, warranty, labor, tools and equipment necessary to provide the specified video signal to the VDP.

3. The Contract price for each “Video Detection Processor” shall include the manufacturer’s site survey, unlimited number of necessary VIDS configuration software and licenses, card rack frame, power supply, peripherals and all miscellaneous hardware such as PC interface cable with connectors, documentation, warranty, labor, tools and equipment necessary to make the VIDS fully operational.

4. The Contract price per linear foot of “Camera Cable” shall include all connectors, labor, tools and equipment necessary to install the cable between the VDCA and the VDP.

Pay Item Pay Unit Vehicle Detection Camera Assembly ea. Extension Bracket ea. Video Detection Processor ea. Camera Cable l.f.

171-401 & 171-402 286

Page 287: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 04-18 6 of 6

ITEM #1111600A, 1112259A, 1112281A, 1113901A

171-401 & 171-402 287

Page 288: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Date 12-16 1 of 2

ITEM #1112284A

ITEM #1112284A - VEHICLE DETECTION MONITOR Description: Furnish and install a Vehicle Detection Monitor with stand in the Controller Cabinet. Materials: All hardware shall be new, corrosion-resistant. All equipment shall be current production.

Physical: Compact and easily accessible stand-mounted LCD/ LED Flat Panel Display. Diagonal screen size minimum 10 inches and maximum 15 inches. Withstand temperatures ranging from -4 to 140°F (-20 to 60°C). Operating humidity: 10-90% non-condensing.

Functional: Compatible with Color or Monochrome Detection systems. Industrial-grade video panel. ANSI contrast ratio of 300:1 minimum. Minimum brightness level: 400 candelas per square meter (400 lux). Native resolutions: 1024 (horizontal) x 768 (vertical). Support both National Television Standards Committee (NTSC) and Phase Alternating

Line (PAL) video formats with auto-sensing. Minimum viewing angle: 140 degrees horizontally, 120 degrees vertically. On-Screen Display (OSD) controls brightness, contrast, color as well as horizontal and

vertical positioning. Compatible with video detection processor output. Use appropriate converters/

adapters if necessary. Operable on 110 VAC or 220 VAC, 50 or 60 Hz. FCC, Voluntary Control Council for Interference (VCCI), Electromagnetic

Compatibility (EMC), Consumer Electronics (CE) approved, UL listed and Energy Star efficient.

MTBF Rating: 50,000 hours minimum.

Warranties and Guarantees: Provide warranties and guarantees to the Department of Transportation Office of

Maintenance in accordance with Article 1.06.08 of the Standard Specifications. Warranties for all equipment furnished as part of this Contract are to cover a period of 24 months following successful completion of the entire intersection acceptance test. Method of Measurement: The Vehicle Detection Monitor will be measured for payment as the number of units furnished, installed, operational and accepted.

171-401 & 171-402 288

Page 289: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Date 12-16 2 of 2

ITEM #1112284A

Basis of Payment:

This work will be paid at the Contract unit price for each accepted “Vehicle Detection Monitor,” which price shall include the Vehicle Detection Monitor, stand, documentation, warranty, labor, tools and equipment incidental thereto.

Pay Item Pay Unit

Vehicle Detection Monitor EA.

171-401 & 171-402 289

Page 290: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 02-17 1 of 4

ITEM #1112285A

ITEM #1112285A - THERMAL VIDEO DETECTOR ASSEMBLY This Spec is only for: Cheshire- Location Int. #025-225 – Route 10 (Highland Avenue) at Maplecroft Shopping Center Description: Furnish and install a Thermal Video Detector Assembly (TVDA) as shown on the plans or as directed by the Engineer. Materials: All hardware shall be new, corrosion resistant. All equipment shall be current production.

Thermal Detector Assembly:

Thermal Imaging Sensor: Sensor Type: Focal Plane Array (FPA), Uncooled Vanadium Oxide

Microbolometer Fixed mount pan and tilt unit bracket. Thermal Sensitivity: <75mk, <50 mK f/1.0 or lower. Active picture elements (pixels): 320(H) x 240(V), minimum. 25 micron pixel

pitch. Thermal Output: Analog NTSC equivalent. Output impedance: 75 Ohms nominal. Operating Temperature Range: -50°C to 75°C (-58°F to 167°F) Lens Selection: Based on recommendation of manufacturer for each detector

installed, per outcome of Site Survey.

Surge Protection

A thermal surge suppressor(s) shall be available for installation inside the traffic signal controller cabinet. The suppressor shall provide coaxial cable connection points to a Thomas Research CCTV-SP-NI or approved equal transient suppresser for each image sensor. Peak Surge Current (8 x 20 us) 20KA Technology Hybrid, Solid State Attenuation 0.1db @ 10Mhz Response Time <1 nanosecond Protection Line to Ground Shield to Ground (isolated shield modules) Clamp Voltage 6 volts Connectors BNC

171-401 & 171-402 290

Page 291: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 02-17 2 of 4

ITEM #1112285A

Impedance 75 Ohms Temperature -40 to +85 degrees C Humidity 0-95% non-condensing Dimensions 4.5” x 1.5” x 1.25” UL Listed UL 497B

Detector Enclosure:

Tamper proof constructed of painted or powder coated aluminum of at least 0.06-inch (1.59-mm) thickness.

Environmentally sealed housing. IP-66 Rating Adequate adjustable sunshield should be provided. Internal Heater, window defroster, and a thermostat to control both. The enclosure shall include grounding and surge protection. Spare parts under projects 171-376 and 171-377 ONLY

Documentation: (TVDA)

Provide to the Department of Transportation Office of Maintenance three (3) copies of equipment manuals furnished by the manufacturer, which includes the following:

Installation and operation procedures. Performance specifications (functions, electrical, mechanical and environmental)

of the unit. Schematic diagrams. Pictorial of component layout on circuit board. List of replaceable parts including names of vendors for parts not identified by

universal part numbers such as JEDEC/RETMA or EIA. Troubleshooting, diagnostic and maintenance procedures.

Site Survey:

Perform a site survey with the TVDA manufacturer representative at all TVDA locations prior to the installations of the TVDA equipment. The purpose of the survey is to optimize the performance from the TVDA equipment when it is installed and insure that it will meet the accuracy requirements specified previously. Submit the results of this survey to the Engineer in a report, which lists all TVDA locations with any recommended changes to camera locations, mounting adjustments, camera lens adjustments, and desired detection zone locations. This report shall be provided to the Engineer no later than the semi-final inspection.

Warranties and Guarantees: (TVDA)

Provide warranties and guarantees to the Department of Transportation Office of Maintenance in accordance with Article 1.06.08 of the Standard Specifications. Warranties for all equipment furnished as part of this Contract are to cover a period of 24 months following successful completion of the entire intersection acceptance test.

171-401 & 171-402 291

Page 292: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 02-17 3 of 4

ITEM #1112285A

Construction Methods:

Install TVDA equipment in accordance with the manufacturer instructions and recommendations to achieve the detection zones as shown in the plans and accuracy as described in these specifications. Conduct the Site Survey as specified above. The location of the TVDA shown on the plan may be revised as a result of the Site Survey. Provide the Site Survey report to the Engineer and review proposed TVDA relocations prior to installation of TVDA equipment.

Method of Measurement:

The Thermal Video Detector Assembly will be measured for payment as the number of detectors furnished, installed operational and accepted.

Basis of Payment:

The unit bid price for Thermal Video Detector Assembly includes the detector, enclosure, surge protector, brackets used to attach the TVDA to a support structure or extension bracket, documentation, warrantee, labor, tools and equipment necessary to provide the specified video signal to the VDP and spare units under projects 0172-0444 ONLY.

Pay Item Pay Unit

Thermal Video Detector Assembly Ea.

171-401 & 171-402 292

Page 293: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 02-17 4 of 4

ITEM #1112285A

171-401 & 171-402 293

Page 294: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 1 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

ITEM #1111600A - EXTENSION BRACKET

ITEM #1112286A - 360 DEGREE CAMERA ASSEMBLY

ITEM #1112287A - 360 DEGREE VIDEO DETECTION PROCESSOR

ITEM #1113725A - 23 AWG 4 TWISTED PAIR CATEGORY 6 CABLE Description: Furnish and install a 360 Degree Video Image Detection System (360VIDS) as shown on the plans or as directed by the Engineer. The 360VIDS consists of a 360 Degree Camera Assembly (360CA), 360 Degree Video Detection Processor (360VDP) and 23 AWG 4 Twisted Pair Category 6 Cable. The Extension Bracket will be included on a case-by-case basis. Materials: All hardware shall be new, corrosion resistant. All equipment shall be current production.

360 Degree Camera Assembly:

Camera: No-aim, no-focus camera Downward facing lens and camera shroud Single Power Over Ethernet (POE) connection for power and data collection. Color image camera with 360 degree point of view (POV) Active picture elements (pixels): 2560 (H) x 1920 (V), minimum. Signal to noise ratio : 55dB Heated camera IP addressable

Camera Enclosure:

Tamper proof constructed of painted or powder coated aluminum of at least 0.25 inch (6.35-mm) thickness.

IP66-rated camera housing.

Camera Mounting Hardware: Swivel bracket for dual plane adjustment for leveling Quick connect junction box Hybrid terminal junction box with surge. Astro-Brac banded bracket 34 inch to 78 inch 90 degree mounting arm pole.

Extension Bracket: Single arm [10’ (3.0m) or less], or Truss type [10’ (3.0m) or greater]. Length shown on plan.

171-401 & 171-402 294

Page 295: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 2 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

Clamp-on attachment to pole shaft 1’ (300mm) from top of pole. Designed to support minimum 30 lbs. (13.6 Kg), 2 sq. ft. (.2 sq. M) end load with

minimal movement from wind. Schedule 40, 2” IPS galvanized pipe. Heavy duty galvanized finish Refer to detail drawing contained herein.

360 Degree Video Detection Processor:

Functional:

Connectivity: Local Area Network (LAN), Wide Area Network (WAN), Camera interfaces.

NEMA TS1/ TS2, Type 170 and 2070 ATC compatible Four (4) USB 3.0 expansion ports. Front panel LED indicators displays calls and light states. Twenty-four (24) optically isolated I/O interface. Two (2) camera ports – Up to two (2) 360 Degree Camera Assembly; or one (1)

360 Degree Camera Assembly and four (4) IP video detection camera assembly or thermal cameras; or eight (8) traditional or thermal cameras.

Phase and detection display. Wi-Fi capable Power – 110/220 VAC 50/60 Hz Point and click zone drawing feature Digital flattening of image Omni-directional vehicle tracking Virtual pan-tilt-zoom Zone level visibility monitoring. Monitor phases and loops, generates calls to controllers. Software required to support collection of data. Environmental : -29F to +165F (-34C to +74C), 0-95% non-condensing Fail-safe in the event of loss of video from 360CA or loss of power to 360VDP.

Detection Zone Programming:

Point and click zone drawing Digital flattening of image Virtual pan-tilt-zoom Configure and adjust the detection zone with the cabinet mounted Vehicle

Detection Monitor (VDM). Detection zone data stored in non-volatile memory so that after recovery from

power interruption, all parameters are returned to latest settings. Ability to upload and download program database to notebook PC or remote

desktop PC.

171-401 & 171-402 295

Page 296: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 3 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

Superimpose detection zone on real time video image from selected camera with time stamping capabilities.

Ability to monitor real time video and adjust zones while 360VDP is actuating the traffic controller.

Visual confirmation of detection by highlighting detection zone symbols.

Physical: Either shelf mounted, stand alone design or modular card rack design. Aluminum card rack frame capable of accepting four (4) 360VDP modules. TS1 harness cable. Standard Ethernet and USB connectors for video input and video output. Female metal shell connector with latching clamp for NEMA TS 1 detector

outputs and inputs. LED indications to monitor all detector outputs. Side or rear mounted connectors and controls are not allowed on stand alone

units. NEMA FR-4 glassepoxy or equivalent circuit boards.

Ethernet Repeater: Utilize Ethernet repeater if CAT6 cable distance is over 328’.

Ethernet Switch: Power Over Ethernet (POE) switch Ports for up-to four (4) traditional or thermal cameras. Powder coated aluminum. Dual purpose LED port lights. RJ-45 CAT6 connectivity. Environmental: -29F to +165F (-34C to +74C). NEMA TS2 compliant.

Video Encoder: Power Over Ethernet (POE) Video: H.264 (MPEG-4 Part 10/AVC) Baseline and Main Profile Compression: Motion JPEG Resolutions: 176x120 to 720x576, 176x120 to 1536x1152 for quad view. Frame rate:

o H.264: 25/30 (50/60 Hz) fps, o 15fps in quad view in full resolution, o Motion JPEG: 25/30 (50/60 Hz) fps, o 15fps in quad view in full resolution.

Video Streaming: Multi-stream H.264 and Motion JPEG: One H.264 and one JPEG stream on each channel (8 streams in total) in full frame rate individually configured streams in max. resolution at 25/30 fps; more streams if identical or

171-401 & 171-402 296

Page 297: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 4 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

limited in frame rate/ resolution. Controllable frame rate and bandwidth; VBR/CBR H.264.

Environmental: -40F to +167F (-40C to +75C), 10-95% non-condensing. NEMA TS2 compliant.

Ethernet Protection Module:

Either shelf mounted or stand alone design. Protect 360CA, IP video detection camera assembly, thermal cameras and

360VDP in the event of a surge or lightning. Environmental:

Comply with NEMA TS 2, Section 2 requirements for Controller Assembly. Pass following NEMA TS 2 tests and applicable test procedures.

Vibration: Section 3.13.3, Section 3.13.8. Shock: Section 3.13.4, Section 3.13.9. Transients, Temperature, Voltage and Humidity: Section 3.13.7. Power Interruption: Section 3.13.10.

Peripherals: Separable Keypad & Joystick or Computer Mouse including all necessary cables

for connectivity to VDP.

23 AWG 4 Twisted Pair Category 6 Cable:

Supply the 360CA power and return the video signal to the VDP. Outdoor Aerial CAT6 cable with UV insulation. Rated for 48VDC 250MHZ, shielded, gel-filled (flooded core) direct burial grade. Shall be equipped with a drain wire. Terminate with compatible connector. Polyethylene insulation. Shall be installed continuous between the 360CA and 360VDP. Cable shall be installed according to TIA/EIA-568-B. Other type cable may be substituted at the request of the 360VDP manufacturer.

Documentation: (360VDP, VDM and 360CA)

Provide to the Department of Transportation Office of Maintenance three (3) copies of equipment manuals furnished by the manufacturer, which includes the following:

Installation and operation procedures. Performance specifications (functions, electrical, mechanical and environmental)

of the unit. Schematic diagrams (point to point wiring). Pictorial of component layout on circuit board.

171-401 & 171-402 297

Page 298: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 5 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

List of replaceable parts including names of vendors for parts not identified by universal part numbers such as JEDEC/RETMA or EIA.

Troubleshooting, diagnostic and maintenance procedures. Testing results of grounding, voltage, and cable length measurements as indicated

on the installation best practice verification at the end of this document. Site Survey:

Perform a site survey with the 360VDP manufacturer representative at all 360VIDS locations prior to installation. The purpose of the survey is to optimize the performance from the 360VIDS equipment when it is installed and insure that it will meet the accuracy requirements specified previously. Prior to installation, submit the results of this survey to the Engineer in a report, which lists all 360VIDS locations with any recommended changes to camera locations, mounting adjustments, camera lens adjustments, and desired detection zone locations.

Warranties and Guarantees: (360VDP and CA)

Provide warranties and guarantees to the Department of Transportation Office of Maintenance in accordance with Article 1.06.08 of the Standard Specifications. Warranties for all equipment furnished as part of this Contract are to cover a period of 36 months following successful completion of the entire intersection acceptance test.

Construction Methods:

Install 360VIDS equipment in accordance with the manufacturer instructions and recommendations to achieve the detection zones as shown in the plans and accuracy as described in these specifications. Refer to the “Installation Best Practices Guide” attached below to this specification. Note that all references to “Cat5e cable” in the attached “Installation Best Practices Guide” shall refer to “23 AWG 4 Twisted Pair Category 6 Cable” as specified above in this specification. The location of the 360CA shown on the plan may be revised as a result of the Site Survey. Peripherals are to be furnished and fully installed in an easily accessible position within the controller cabinet. Leave proper clearance(s) surrounding video monitor to allow for accessible connections and space to utilize surrounding equipment.

Method of Measurement:

The 360 degree Camera Assembly will be measured for payment as the number of 360 degree cameras furnished, installed operational and accepted. The Extension Bracket will be measured for payment as the number of brackets furnished, installed and accepted.

171-401 & 171-402 298

Page 299: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 6 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

The 360 degree Video Detection Processor will be measured for payment as the number of units including all additional work and materials listed in Basis of Payment, furnished, installed, operational and accepted. 23 AWG 4 Twisted Pair Category 6 Cable will be measured for payment as linear feet (meters), furnished, installed and accepted.

Basis of Payment:

The unit bid price for 360 degree Camera Assembly includes the 360 degree camera, enclosure, brackets used to attach the 360CA to a support structure or extension bracket, documentation, warrantee, labor, tools and equipment necessary to provide the specified video signal to the 360VDP. The unit bid price for Extension Bracket includes all labor, tools and equipment necessary to attach the bracket to a pole shaft. The unit bid price for 360 degree Video Detection Processor includes the manufacturers’ site survey, unlimited number of any necessary 360VIDS configuration software and license, card rack frame, power supply, all miscellaneous hardware such as PC interface cable with connectors, necessary peripherals such as Ethernet repeater, Ethernet switch, video encoder, Ethernet protection module, documentation, warrantee, labor, tools and equipment necessary to make the 360VIDS fully operational. The unit bid price for 23 AWG 4 Twisted Pair Category 6 Cable includes all connectors, labor, tools and equipment necessary to install the cable between the 360CA and the 360VDP.

Pay Item Pay Unit

360 Degree Camera Assembly Ea. Extension Bracket Ea. 360 Degree Video Detection Processor Ea. 23 AWG 4 Twisted Pair Category 6 Cable LF (M)

171-401 & 171-402 299

Page 300: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 7 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

171-401 & 171-402 300

Page 301: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 8 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

171-401 & 171-402 301

Page 302: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 9 of 9

ITEM #1111600A, 1112286A, 1112287A, 1113725A

171-401 & 171-402 302

Page 303: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 1 of 5

ITEM #1112288A

ITEM #1112288A - IP VIDEO DETECTION CAMERA ASSEMBLY Description: Furnish and install an IP (Internet Protocol) Video Detection Camera Assembly (IPVDCA) as shown on the plans or as directed by the Engineer. The IPVDCA consists of an IP Video Detection Camera, lens, enclosure, mounting hardware and equipment necessary to provide the specified video signal to the video detection processor. Materials: All hardware shall be new, corrosion resistant. All equipment shall be current production. IP Video Detection Camera Assembly:

Camera: Use appropriate CS-mount lens to provide adequate detection Single Power Over Ethernet (POE) connection for power and data collection Color image camera with 360 degree point of view (POV) Active picture elements (pixels): 2560 (H) x 1920 (V), minimum Heated camera IP addressable

Camera Enclosure: Tamper proof constructed of aluminum IP66-rated camera housing

Camera Mounting Hardware: Swivel bracket for dual plane adjustment for leveling Hybrid terminal junction box with surge Astro-Bracket banded bracket

Environmental: Comply with NEMA TS 2, Section 2 requirements for Controller Assembly Pass the following NEMA TS 2 tests and applicable test procedures

Vibration: Section 3.13.3, Section 3.13.8 Shock: Section 3.13.4, Section 3.13.9 Transients, Temperature, Voltage and Humidity: Section 3.13.7 Power Interruption: Section 3.13.10

Construction Methods: Site Survey: Perform a Site Survey with the IPVDCA manufacturer’s representative for all IPVDCA locations prior to installation. The purpose of the Survey is to optimize the performance of the IPVDCA equipment when it is installed and ensure that it will meet the accuracy requirements specified. Prior to installation, submit the results of the Site Survey to the Engineer in a report which lists all IPVDCA locations with any recommended changes to camera locations, mounting adjustments, camera lens adjustments, and desired detection zone locations. Install IPVDCA equipment in accordance with the manufacturer’s instructions and the attached details to achieve the detection zones in the location(s) determined as a result of the Site Survey. Refer to the “Installation Best Practices Guide” attached below to this specification. Note that all

171-401 & 171-402 303

Page 304: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 04-17 2 of 5

ITEM #1112288A

references to “Cat5e cable” in the attached “Installation Best Practices Guide” shall refer to “23 AWG 4 Twisted Pair Category 6 Cable” as specified in “Item #1113725A – 23 AWG 4 Twisted Pair Category 6 Cable.” Documentation: (IPVDCA) Provide to CTDOT Office of Maintenance three (3) copies of equipment manuals furnished by the manufacturer, including the following: Installation and operation procedures Performance specifications (functions, electrical, mechanical and environmental) of the unit Schematic diagrams (point to point wiring) Pictorial of component layout on circuit board List of replaceable parts including names of vendors for parts not identified by universal part

numbers such as JEDEC/RETMA or EIA Troubleshooting, diagnostic and maintenance procedures

Warranties and Guarantees: (IPVDCA) Provide warranties and guarantees to the CTDOT Office of Maintenance in accordance with Article 1.06.08 of the Standard Specifications. Warranties for all equipment furnished as part of this Contract are to cover a period of 36 months following successful completion of the entire intersection acceptance test. Method of Measurement: The IP Video Detection Camera Assembly will be measured for payment as the number of each assembly of IP video cameras, lenses, enclosures and mounting hardware furnished, installed, operational and accepted.

Basis of Payment: This item will be paid at the Contract unit price for each “IP Video Detection Camera Assembly” complete and accepted, which price shall include the Site Survey, IP video camera, lens, enclosure, brackets used to attach the IP video camera to a support structure or extension bracket, documentation, warrantee, labor, tools and equipment necessary to provide the specified video signal to the video detection processor.

Pay Item Pay Unit

IP Video Detection Camera Assembly ea.

171-401 & 171-402 304

Page 305: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev

ITEM #1112

04-17 3 of 5

2288A

171-401 & 171-402 305

Page 306: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev

ITEM #1112

04-17 4 of 5

2288A

171-401 & 171-402 306

Page 307: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev

ITEM #1112

04-17 5 of 5

2288A

171-401 & 171-402 307

Page 308: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 06-17 1 of 5

ITEM #1112289A

ITEM #1112289A - 360 DEGREE CLOSED LOOP SYSTEM DETECTION VIDEO DETECTION PROCESSOR Description:

Furnish and install a 360 Degree Closed Loop System Detection Video Processor (360CLSVDP).

Materials: All hardware shall be new, corrosion resistant. All equipment shall be current production.

360 Degree Closed Loop System Video Detection Processor:

Functional:

Connectivity: Local Area Network (LAN), Wide Area Network (WAN), Camera interfaces.

NEMA TS1/ TS2, Type 170 and 2070 ATC compatible Four (4) USB 3.0 expansion ports. Front panel LED indicators displays calls and light states. Twenty-four (24) optically isolated I/O interface. Two (2) camera ports – Up to two (2) 360 Degree Camera Assembly; or one (1)

360 Degree Camera Assembly and four (4) IP video detection camera assembly (IPVDCA) or thermal cameras; or eight (8) IPVDCA or thermal cameras.

Phase and detection display. Wi-Fi capable Power – 110/220 VAC 50/60 Hz Point and click zone drawing feature Digital flattening of image Omni-directional vehicle tracking Virtual pan-tilt-zoom Zone level visibility monitoring. Monitor phases and loops, generates calls to controllers. Support MJPEG video output Environmental : -29F to +165F (-34C to +74C), 0-95% non-condensing Fail-safe in the event of loss of video from 360Camera Aseembly or loss of power

to 360CLSVDP. Shall be capable of configuring and adjusting the detection zone with the cabinet

mounted Vehicle Detection Monitor. Shall collect traffic data such as counts, turning movements, speed, and vehicle

classification. Storage required to support collection of data.

171-401 & 171-402 308

Page 309: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 06-17 2 of 5

ITEM #1112289A

Support ability to transmit collected traffic data and alarm events from field devices to remote desktop pc

Application Software:

Shall be provided at no additional cost Shall be capable of searching the network for other 360CLSVDP Shall be compatible with Windows operating system supported by the

Department. Shall maintain an historical log of all configurations when site is modified Shall be capable Point and click zone drawing Shall feature digital flattening of image Shall feature the ability to digitally pan, tilt, and zoom within the camera

assembly’s field of view without movement of the camera. Detection zone data stored in non-volatile memory so that after recovery from

power interruption, all parameters are returned to latest settings. Shall support the import and export of program database from notebook PC or

remote desktop PC. The program database shall also be allowed to be transferred through a USB flash drive.

Shall be capable of superimposing detection zone on real time video image from selected camera with time stamping capabilities.

Shall be capable of monitoring real time video and adjusting zones in field or remotely while 360CLSVDP is actuating the traffic controller.

Shall provide visual confirmation of detection by highlighting detection zone symbols.

Shall support quad view video monitoring. Shall be capable of syncing with a cloud network resource to allow for program

database and collected traffic data backup. Shall maintain a database of current and historical traffic data, and allow users to

run reports against the data to include traffic counts, turning movements, speed, vehicle classification, red/green occupancy, and cycle lengths.

Shall be capable of displaying data in a graph or chart format. Shall be capable of selecting data collection resolution in at least 15, 30, and 60-

minute intervals through software. Shall provide a means by which alerts can be configured to be delivered to

different individuals via email Report output formats shall include at minimum PDF, rich text format, and

Microsoft Excel formats.

Physical: Either shelf mounted, stand alone design or modular card rack design. Aluminum card rack frame capable of accepting four (4) 360CLSVDP modules. TS1 harness cable. Standard Ethernet and USB connectors for video input and video output.

171-401 & 171-402 309

Page 310: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 06-17 3 of 5

ITEM #1112289A

Female metal shell connector with latching clamp for NEMA TS 1 detector outputs and inputs.

LED indications to monitor all detector outputs. Side or rear mounted connectors and controls are not allowed on stand alone

units. NEMA FR-4 glassepoxy or equivalent circuit boards.

Ethernet Repeater:

Utilize Ethernet repeater if CAT6 cable distance is over 328’.

Ethernet Switch: Power Over Ethernet (POE) switch Ports for up-to four (4) IPVDCA or thermal cameras. Powder coated aluminum. Dual purpose LED port lights. RJ-45 CAT6 connectivity. Environmental: -29F to +165F (-34C to +74C). NEMA TS2 compliant.

Video Encoder:

Power Over Ethernet (POE) Video: H.264 (MPEG-4 Part 10/AVC) Baseline and Main Profile Compression: Motion JPEG Resolutions: 176x120 to 720x576, 176x120 to 1536x1152 for quad view. Frame rate:

o H.264: 25/30 (50/60 Hz) fps, o 15fps in quad view in full resolution, o Motion JPEG: 25/30 (50/60 Hz) fps, o 15fps in quad view in full resolution.

Video Streaming: Multi-stream H.264 and Motion JPEG: One H.264 and one JPEG stream on each channel (8 streams in total) in full frame rate individually configured streams in max. resolution at 25/30 fps; more streams if identical or limited in frame rate/ resolution. Controllable frame rate and bandwidth; VBR/CBR H.264.

Environmental: -40F to +167F (-40C to +75C), 10-95% non-condensing. NEMA TS2 compliant.

Ethernet Protection Module:

Either shelf mounted or stand alone design. Protect 360CA, IPVDCA, thermal cameras and 360CLSVDP in the event of a

surge or lightning.

171-401 & 171-402 310

Page 311: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 06-17 4 of 5

ITEM #1112289A

Peripherals: Separable Keypad & Joystick or Computer Mouse including all necessary

cables for connectivity to 360CLSVDP. Environmental:

Comply with NEMA TS 2, Section 2 requirements for Controller Assembly. Pass following NEMA TS 2 tests and applicable test procedures.

Vibration: Section 3.13.3, Section 3.13.8. Shock: Section 3.13.4, Section 3.13.9. Transients, Temperature, Voltage and Humidity: Section 3.13.7. Power Interruption: Section 3.13.10.

Documentation: (360CLSVDP)

Provide to the Department of Transportation Office of Maintenance three (3) copies of equipment manuals furnished by the manufacturer, which includes the following:

Installation and operation procedures. Performance specifications (functions, electrical, mechanical and environmental)

of the unit. Schematic diagrams (point to point wiring). Pictorial of component layout on circuit board. List of replaceable parts including names of vendors for parts not identified by

universal part numbers such as JEDEC/RETMA or EIA. Troubleshooting, diagnostic and maintenance procedures.

Site Survey:

Perform a site survey with the 360CLSVDP manufacturer representative at all 360VIDS locations prior to installation. The purpose of the survey is to optimize the performance from the 360VIDS equipment when it is installed and insure that it will meet the accuracy requirements specified previously. Prior to installation, submit the results of this survey to the Engineer in a report, which lists all 360VIDS locations with any recommended changes to camera locations, mounting adjustments, camera lens adjustments, and desired detection zone locations.

Warranties and Guarantees: (360CA and 360CLSVDP)

Provide warranties and guarantees to the Department of Transportation Office of Maintenance in accordance with Article 1.06.08 of the Standard Specifications. Warranties for all equipment furnished as part of this Contract are to cover a period of 36 months following successful completion of the entire intersection acceptance test.

171-401 & 171-402 311

Page 312: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev 06-17 5 of 5

ITEM #1112289A

Construction Methods:

Install 360VIDS equipment in accordance with the manufacturer instructions and recommendations to achieve the detection zones as shown in the plans and accuracy as described in these specifications. The location of the 360CA shown on the plan may be revised as a result of the Site Survey. Peripherals are to be furnished and fully installed in an easily accessible position within the controller cabinet. Leave proper clearance(s) surrounding video monitor to allow for accessible connections and space to utilize surrounding equipment.

Method of Measurement:

The 360 degree Closed Loop System Video Detection Processor will be measured for payment as the number of units including all additional work and materials listed in Basis of Payment, furnished, installed, operational and accepted.

Basis of Payment:

The unit bid price for 360 degree Closed Loop System Video Detection Processor includes the manufacturers’ site survey, unlimited number of any necessary 360VIDS configuration software and license, card rack frame, power supply, all miscellaneous hardware such as PC interface cable with connectors, necessary peripherals such as Ethernet repeater, Ethernet switch, video encoder, ethernet protection module, documentation, warrantee, labor, tools and equipment necessary to make the 360VIDS fully operational.

Pay Item Pay Unit

360 Degree Closed Loop System Detection Video Detection Processor Ea.

171-401 & 171-402 312

Page 313: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 2-15 1 of 2

ITEM #1113431A

ITEM #1113431A - #16 AWG, 6 TWISTED PAIR, COMMUNICATION CABLE Article M.16.14 - Control Cable 3 - Cable Add the following: The communication cable shall be solid conductor, shielded, twisted pair with 600 V polyethylene insulation and polyethylene jacket. The 6 Pair Overhead cable shall be figure 8 type with 6650 lb. test, integral messenger and shall conform in all respects to IMSA Specification 20-4. The 6 Pair cable shall conform in all respects to IMSA Specification 20-2. The Contractor shall furnish a manufacturers warranty that the cable is resistant to damage and deterioration by sustained contact with greases and oil. Article 11.13.03 - Construction Methods Add the following: Communication cable shall be installed in new and existing conduit, handholes, attached to utility poles or supported on messenger as shown on the plans or as directed by the Engineer. Communication cable shall be installed continuously without splices from termination point to termination point. Cable termination shall be only on an approved termination panel inside the controller cabinet and on terminal blocks inside a cable closure (type A). All cable pairs that enter a controller cabinet and the cable closure shall be terminated as shown on the typical installation plan The pair numbers and colors for traffic signal interconnect are shown on the plans. The pair overhead cable shall be attached to utility poles indicated on the plans in accordance with the Communications Cable Attachment List. It shall be the Contractors responsibility to coordinate his activities on a continuing basis with each of the involved utility companies. A minimum of 12” (300mm) clearance shall be maintained above the highest existing communication cable (Frontier Communications [formerly AT&T] or CATV). A minimum of 40” (1000mm) clearance shall be maintained below the lowest power cable (Eversource [formerly Northeast Utilities] or United Illuminating) attachment. The sag shall match that of the next lower communication cable. In no case shall the figure 8 communication cable be allowed to sag into or near existing cables. A Chicago Grip No.1659 or equivalent shall be used to grip the jacketed messenger when pulling and tensioning the figure 8 cable. At corners and ends, the strand shall be dead-ended with strandvises. At corners, the strand shall be cut and the polyethylene jacket removed from the strand. The ends of the strand coming through the chuck of both strandvises shall be overlapped and bonded together using a bolt guy clamp (J1061) or equivalent. At cable closure locations the strand shall be cut and the jacket removed from a sufficient length of strand. A strand vise shall be installed to reattach the strands. This will provide slack in the conductors to properly connect to the terminal blocks without the use of jumpers. At closures where there is a full cable cut but no branch circuit, bond all the cable shields together. At branch circuit closures bond the shields of all cables that enter cable closures and ground the shield in the cabinet as shown on the typical installation plan. Where the support strand will be connected to a vertical grounding conductor and there is no closure near the pole, only the jacket of the strand shall be removed. The jacket around the shield shall not be cut. At the end of each workday notify the electric company to complete the connection to the vertical ground.

171-401 & 171-402 313

Page 314: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 2-15 2 of 2

ITEM #1113431A

Provisions shall be made such that in the event of a cabinet knockdown, wherein accidental overvoltage conditions could be produced in the interconnect cable; the location experiencing the problem will be isolated. No other location shall be damaged. In addition, protective devices shall be furnished and installed by the Contractor to positively isolate and protect the system against damage from lightning. Article 11.13.04 - Method of Measurement: Add the following: 3. The quantity of communication cable to be paid for under these items shall be the actual number of linear feet (meters) of the cable specified, installed, tested, terminated at the points specified, and accepted in place. Article 11.13.05 - Basis of Payment: Add the following:

3. Communication Cable shall be paid for at the contract unit price per linear foot (meter) for "#16 AWG, (Type), Communication Cable" which price shall include furnishing, installing, connecting and testing the communication cable of the type specified. The price shall also include standoff brackets; grounding and bonding hardware; overvoltage and lightning protection; furnishing all labor, tools, materials, equipment, storage, transportation and other incidentals necessary to complete the work.

Pay Item Pay Unit #16 AWG, (Type), Communication Cable L.F. (m)

171-401 & 171-402 314

Page 315: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 2-15 1 of 2

ITEM #1113506A

ITEM #1113506A - RELOCATE INTERCONNECT CABLE Description: Relocate existing interconnect cable and closure as required to maintain traffic signal coordination during construction. Reinstall interconnect cable in permanent location after construction. Materials: Interconnect Cable - Solid conductor, shielded, twisted pair with 600 V polyethylene insulation and

polyethylene jacket. 12 Pair Figure 8, 6 Pair Figure 8 - Figure 8 type with 6650 lb. (29,600 N) test, integral messenger - Conform in all respects to IMSA Specification 20-4. 6 Pair, 12 Pair Non-figure 8 - Conform in all respects to IMSA Specification 20-2 Underground Splice Enclosure - Designed for use in direct buried or underground duct system - Re-enterable, designed for # 14 - # 16 AWG shielded communication cable - Fillable with non-hardening encapsulating compound Furnish to the Engineer a manufacturer warranty that the cable is resistant to damage and deterioration by sustained contact with greases and oil. Construction Methods:

Throughout the duration of construction, furnish, install, maintain, relocate, and remove the equipment necessary to maintain existing interconnect to adjacent signals. Whenever it is necessary to disconnect the cable, notify the Department of Transportation, Traffic Signal Lab (phone 860 258-0347) if the system is State owned, or the municipal Legal Traffic Authority, if the system is Town owned. Provide 48 hours advance notice with the following information: - Project Number - Contractor and phone number - Department of Transportation Inspector and phone number - Intersection description of traffic signal on either side of the proposed disconnection

point. Town, Route number, side street, and location number. Reconnect the cable no less than 24 hours after disconnection. Notify the Traffic Signal Lab (State system) or The LTA (Town system) to verify communication has been reestablished.

171-401 & 171-402 315

Page 316: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 2-15 2 of 2

ITEM #1113506A

Aerial The existing interconnect is Figure 8, Twisted Pair, Communication Cable, attached to utility poles and to "I" beams of overpass bridge structures. If disconnection cannot be made at a closure where there is a full cable cut, install a Cable Closure (Type A), Item #1113398A. Cut the cable one conductor at a time to prevent shorting. Where additional cable is necessary to maintain communication, install it from closure to closure. Connect the new cable to the existing, color to color, on terminal blocks inside the closure. Splices outside the closure will not be allowed. Bond the strand and the shield at all new closures. Keep utility representatives apprised of all work on utility poles. Attach all interconnect cable a minimum 12 inches (0.3 m) above the highest communication cable attachment (Frontier Communications [formerly AT&T] or Cable TV) and a minimum 40 inches (1 m) below the lowest power company attachment. Match the sag of the next lowest communication cable. Do not allow the interconnect cable to sag into, or come in contact with other cables. Underground The existing interconnect is twisted pair communication cable in a rigid metal conduit system with concrete handholes spaced at regular intervals. The cable was initially installed continuous between traffic controllers with no splices. If the existing interconnect cable is long enough to be reinstalled without a splice, disconnect it from the nearest controller cabinet. Pull it back to the nearest handhole beyond the area of construction. Relocate the handholes as required. Relocate and extend the existing RMC as required. Comply with Section 11.18 Removal and/or Relocation of Traffic Signal Equipment and the construction methods and typical installation illustrations of the pertinent items. New conduit may be installed and the existing abandoned if mutually agreed to by the Engineer and the Contractor. Clean the conduit. Re-install and reconnect the interconnect cable to the traffic controller. If the existing interconnect cable will be too short, replace the entire length of cable between controller cabinets. Splices will be allowed only with the approval of the engineer. When a splice is allowed, provide enough slack so the splice may be removed from the handhole. Connect all conductors color-to-color. Solder all connections. Install wire nuts. Connect the shields of all cables together. Confirm communication has been restored then protect the splice with a re-enterable splice enclosure. Fill enclosure with encapsulation compound as instructed by the splice enclosure manufacturer. Method of Measurement: This work will be measured as Lump Sum when all relocation work is completed and the interconnect cable is in the permanent location and communication between the traffic controller and the Operations Center is reestablished. Basis of Payment: This work will be paid for at the contract unit price per lump sum for "Relocate Interconnect Cable" which price shall include all materials, re-enterable splice enclosure, tools, equipment, labor and work incidental to relocate and reinstall the interconnect cable to a permanent condition. Additional necessary interconnect cable, cable closures conduit and handholes that will remain, as the permanent installation will be paid for under the appropriate item.

171-401 & 171-402 316

Page 317: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 3-13 1 of 1

ITEM #1114201A

ITEM #1114201A - AUXILIARY EQUIPMENT CABINET Description: Furnish and install an Auxiliary Equipment Cabinet (AEC), on a traffic control cabinet at the location shown on the plans and in accordance with the conditions set forth. Materials: - Conform to NEMA 3R enclosure specifications - Type 5052-H32, 3.175mm (0.125") sheet aluminum - Finish painted in accordance with the current D.O.T. specifications of Traffic Control

Cabinets - Seams continuously welded and ground smooth - Dimensions as shown on D.O.T. Standard Sheets - Door secured with Corbin lock - Ct. # 2. - Continuous door hinge, 2.4mm (0.093") thick aluminum with 0.64mm (0.025") stainless steel hinge pin - Door sealed with oil resistant gasket - Back panel approximately 330mmH X 229mmW (13"H X 9"W) - Rust and corrosion resistant mounting hardware - Screened Vent Construction Methods: Mount the AEC on the left side of the controller cabinet, when facing the door. Confirm that the inside of the cabinet wall is clear, so that the installation of the AEC will not damage any equipment inside the controller cabinet. Drill a 25mm (1") hole in the back of the AEC and through the side of the controller cabinet. Install a close nipple through the 25mm (1") hole. Apply clear silicon caulk to both ends of the close nipple. Tighten lock-nuts and fiber bushings. Apply additional caulk if necessary to prevent moisture from entering controller cabinet and auxiliary equipment cabinet. Method of Measurement: This item shall be measured for payment by the actual number of Auxiliary Equipment Cabinets installed and accepted on traffic control cabinets. Basis of Payment: This item shall be paid for at the contract unit price each for "Auxiliary Equipment Cabinet" which price shall include mounting hardware, close nipple, insulated bushings, tools, and incidentals.

171-401 & 171-402 317

Page 318: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

ITEM #1118012A

ITEM #1118012A - REMOVAL AND/OR RELOCATION OF TRAFFIC SIGNAL EQUIPMENT Section 11.18: Replace the entire section with the following: 11.18.01 – Description:

Remove all abandoned traffic signal equipment. Restore the affected area. Where indicated

on the plans remove and reinstall existing traffic signal equipment to the location(s) shown. Lead paint is presumed present on the painted surface of all cabinets and structures located within project limits. Any activities performed by the contractor that results in a painted surface being impacted or altered, shall be performed in accordance OSHA Lead in Construction Standard 29CFR 1926.62, or the painted surface shall be tested prior to any paint being disturbed by a qualified third party hired by the contractor to confirm that no lead is present. 11.18.02 – Materials:

The related sections of the following specifications apply to all incidental and additional material required for the proper relocation of existing equipment and the restoration of any area affected by this work.

Division III, “Materials Section” of the Standard Specifications.

Current Supplemental Specifications to the Standard Specifications.

Applicable Special Provisions to the Standard Specifications.

Current Department of Transportation, Functional Specifications for Traffic Control Equipment.

Article 11.18.03 - Construction Methods:

Schedule/coordinate the removal and/or relocation of existing traffic signal equipment with the installation of new equipment to maintain uninterrupted traffic signal control. This includes but is not limited to vehicle signals and detectors, pedestrian signals and pushbuttons, co-ordination, and pre-emption.

Abandoned Equipment

The contract traffic signal plan usually does not show existing equipment that will be abandoned. Consult the existing traffic signal plan for the location of abandoned material especially messenger strand, conduit risers, and handholes that are a distance from the intersection. A copy of the existing plan is usually in the existing controller cabinet. If not, a plan is available from the Division of Traffic Engineering upon request.

Unless shown on the plans it is not necessary to remove abandoned conduit in-trench and

conduit under-roadway

171-401 & 171-402 318

Page 319: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

ITEM #1118012A

When a traffic signal support strand, rigid metal conduit, down guy, or other traffic signal equipment is attached to a utility pole, secure from the pole custodian permission to work on the pole. All applicable Public Utility Regulatory Authority (PURA) regulations and utility company requirements govern. Keep utility company apprised of the schedule and the nature of the work. Remove all abandoned hardware, conduit risers, and down guys, Remove anchor rods, to 6” (150mm) below grade.

When underground material is removed, backfill the excavation with clean fill material. Compact the fill to eliminate settling. Remove entirely the following material: pedestal foundation; controller foundation; handhole; pressure sensitive vehicle detector complete with concrete base. Unless otherwise shown on the plan, remove steel pole and mast arm foundation to a depth of 2 feet (600mm) below grade. Restore the excavated area to a grade and condition compatible with the surrounding area.

If in an unpaved area apply topsoil and establish turf in accordance with Section 9.44 and Section 9.50 of the Standard Specifications.

If in pavement or sidewalk, restore the excavated area in compliance with the applicable

Sections of Division II, “Construction Details” of the Standard Specifications.

Relocated Equipment

In the presence of the Engineer, verify the condition of all material that will be relocated and reused at the site. Carefully remove all material, fittings, and attachments in a manner to safeguard parts from damage or loss. Replace at no additional cost, all material which becomes damaged or lost during removal, storage, or reinstallation.

Salvage Equipment

Salvage Material Stock No. Value Controller Cabinet, Complete including but not limited to the following: Conflict Monitor Coordination Equipment Vehicle Detection Equipment

330-03-7010 $ 500.00

Controller Unit 330-03-7005 $ 500.00 Aluminum Pedestal 8 foot (2.4 m) 4 foot, 4 inch (1.3 m)

330-16-7108 330-16-7112

$ 100.00 $ 100.00

Steel Span Pole, 30’ (9.0 m) 330-16-7050 $ 250.00 Steel Span Pole, all other lengths 330-16-7016 $ 250.00

All material not listed as salvage becomes the property of the Contractor; which assumes all liabilities associated with material’s final disposition.

171-401 & 171-402 319

Page 320: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

ITEM #1118012A

In the presence of the Engineer, verify the condition and quantity of salvage material prior to removal. After removal transport and store the material protected from moisture, dirt, and other damage. Coil and secure copper cable separate from other cable such as galvanized support strand.

Within 4 working days of removal, return the State owned salvage material to the

Department of Transportation Stores warehouse listed below. Supply all necessary manpower and equipment to load, transport, and unload the material. The condition and quantity of the material after unloading will be verified by the Engineer.

DOT Salvage Store #134 660 Brook Street Rocky Hill, CT

Contact Materials Management Salvage Coordinator, at (860) 258-1980, at least 24 hours

prior to delivery. Municipal Owned Traffic Signal Equipment Return all municipal owned material such as pre-emption equipment to the Town. DOT District 1 Owned Video Detection Equipment: The following applies at intersections:

118-209 in Rocky Hill 165-213 in Windsor Locks

A minimum of 7 days prior to Temporary Detection or installation of new Video Detection equipment at the above locations, please coordinate with the DOT District 1 Maintenance Electrical office at the contact information listed below in order to facilitate their recovery of existing Video Detection Cameras, Video Detection Processors, Vertical Mounting Brackets, and any other related equipment. The DOT Maintenance personnel will remove and retrieve the existing video detection equipment.

Augusto Grazuna Trans. District 1 Electrical Supervisor Phone 860-566-3156 Fax 860-566-3519

Contact Materials Management Article 11.18.04 – Method of Measurement:

This work will be measured as a Lump Sum. Article 11.18.05 – Basis of Payment: This work will be paid for at the contract lump sum price for “Removal and/or Relocation of Traffic Signal Equipment” which price shall include relocating signal equipment and associated hardware, all equipment, material, tools and labor incidental thereto. This price shall also include removing, loading, transporting, and unloading of signal equipment/materials designated for salvage and all equipment, material, tools and labor incidental thereto. This price shall also include

171-401 & 171-402 320

Page 321: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

ITEM #1118012A

removing and disposing of traffic signal equipment not to be salvaged and all equipment, material, tools and labor incidental thereto.

Payment is at the contract lump sum price for “Removal and/or Relocation of Traffic

Signal Equipment” inclusive of all labor, vehicle usage, storage, and incidental material necessary for the complete removal of abandoned equipment/material and/or relocation of existing traffic signal equipment/material. Payment will also include the necessary labor, equipment, and material for the complete restoration of all affected areas. A credit will be calculated and deducted from monies due the Contractor equal to the listed value of salvage material not returned or that has been damaged and deemed unsalvageable due to the Contractor’s operations. Pay Item Pay Unit Removal and/or Relocation of Traffic Signal Equipment L.S. (L.S.) s:\\traffic1406\signal specs\specs\1118012A-REMO & RELO T S EQUIP-Projects

171-401 & 171-402 321

Page 322: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/13

ITEM #1118XXXA

ITEM #1118051A - TEMPORARY SIGNALIZATION (SITE NO. 1)

ITEM #1118052A - TEMPORARY SIGNALIZATION (SITE NO. 2)

ITEM #1118054A - TEMPORARY SIGNALIZATION (SITE NO. 4)

ITEM #1118055A - TEMPORARY SIGNALIZATION (SITE NO. 5)

ITEM #1118056A - TEMPORARY SIGNALIZATION (SITE NO. 6)

ITEM #1118057A - TEMPORARY SIGNALIZATION (SITE NO. 7)

ITEM #1118058A - TEMPORARY SIGNALIZATION (SITE NO. 8)

ITEM #1118059A - TEMPORARY SIGNALIZATION (SITE NO. 9)

ITEM #1118060A - TEMPORARY SIGNALIZATION (SITE NO. 10)

ITEM #1118071A - TEMPORARY SIGNALIZATION (SITE NO. 11)

ITEM #1118072A - TEMPORARY SIGNALIZATION (SITE NO. 12)

ITEM #1118073A - TEMPORARY SIGNALIZATION (SITE NO. 13) Description:

Provide Temporary Signalization (TS) at the intersections shown on the plans or as directed by the Engineer.

1. Existing Signalized Intersection: Keep each traffic signal completely operational at all times during construction through the use of existing signal equipment, temporary signal equipment, new signal equipment, or any combination thereof once TS has started as noted in the section labeled Duration.

2. Unsignalized Intersection: Provide TS during construction activities and convert the temporary condition to a permanent traffic signal upon project completion. Furnish, install, maintain, and relocate equipment to provide a complete temporary traffic signal, including but not limited to the necessary support structures, electrical energy, vehicle and pedestrian indications, vehicle and pedestrian detection, pavement markings, and signing. Materials:

Pertinent articles of the Standard Specifications Supplemental Specifications and Special Provisions contained in this contract

Construction Methods:

Preliminary Inspection In the presence of the Engineer and a representative from the DOT Electrical

Maintenance Office (Town representative for a Town owned signal), inspect and document the

171-401 & 171-402 322

Page 323: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/13

ITEM #1118XXXA

existing traffic signal’s physical and operational condition prior to Temporary Signalization. Include but do not limit the inspection to the following:

Controller Assembly (CA) Controller Unit (CU) Detection Equipment Pre-emption Equipment Coordination Equipment

Vehicle and Pedestrian Signals Vehicle and Pedestrian Detectors Emergency Vehicle Pre-emption System (EVPS) * Interconnect Cable and Splice Enclosures Support Structures Handholes, Conduit and Cable

It may be necessary to repair or replace equipment that is missing, damaged, or malfunctioning. Develop a checklist of items for replacement or repair after the inspection. If authorized by the Engineer, this work will be considered “Extra Work” under Article 1.09.04.

* At a State owned signal the EVPS equipment is usually owned by the municipality. It is recommended to apprise the municipality of the inspection schedule and results.

TS Plan At least 30 days prior to implementation of each stage, submit a 1:40 (1:500 metric) scale

TS plan for each location to the Engineer for review and comment. Include but do not limit the plan to the following:

Survey Ties Dimensions of Lanes, Shoulders, and Islands Slope Limits Clearing and Grubbing Limits Signal Phasing and Timing Location of Signal Appurtenances such as Supports, Signal Heads, Pedestrian

Push buttons, Pedestrian Signals Location of Signing and Pavement Markings (stop bars, lane lines, etc.) Location, method, and mode of Temporary Detection

Review of the TS plan does not relieve the Contractor of ensuring the TS meets the requirements of the MUTCD. A copy of the existing traffic signal plan for State-owned traffic signals is available from the Division of Traffic Engineering upon request. Request existing traffic signal plans for Town-owned traffic signals from the Town. Do not implement the TS plan until all review comments have been addressed.

Earthwork Perform the necessary clearing and grubbing and the grading of slopes required for the

installation, maintenance, and removal of the TS equipment. After TS terminates restore the affected area to the prior condition and to the satisfaction of the Engineer.

171-401 & 171-402 323

Page 324: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/13

ITEM #1118XXXA

Maintenance and Protection of Traffic Furnish, install, maintain, relocate, and remove signal-related signing (lane-use, signal

ahead, NTOR, etc.) and pavement markings as needed. Install, relocate, and/or remove equipment in a manner to cause no hazard to pedestrians, traffic or property. Maintain traffic as specified in the Special Provisions “Prosecution and Progress” and “Maintenance and Protection of Traffic.”

Electrical Service and Telephone Service at Existing Signalized Intersections If the electrical service or the telephone service source must be changed or relocated

make all arrangements with the utility company and assume all charges. The party previously responsible for the monthly payment of service shall continue to be responsible during TS.

Electrical Service at Unsignalized Intersections Assume all charges and make all arrangements with the power company, including

service requests, scheduling, and monthly bills in accordance with Section 10.00.12 and Section 10.00.13 of the Standard Specifications,. A metered service is recommended where TS equipment will be removed when no longer needed.

Temporary Signalization Furnish, install, maintain, relocate, and remove existing, temporary, and proposed traffic

signal equipment and all necessary hardware; modify or furnish a new CA; reprogram the CU phasing and timing; as many times as necessary for each stage/phase of construction to maintain and protect traffic and pedestrian movements as shown on the plans or as directed by the Engineer.

Inspection When requested by the Engineer, the TS will be subject to a field review by a

representative of the Division of Traffic Engineering and/or the Town, which may generate additional comments requiring revisions to the temporary signal.

Detection Provide vehicle detection on the existing, temporary, and/or new roadway alignment for

all intersection approaches that have existing detection, that have detection in the final condition as shown on the signal plan, or as directed by the Engineer. Keep existing pedestrian pushbuttons accessible and operational at all times during TS. Temporary Detection is described and is paid for under Item # 11112XXA - Temporary Detection (Site No. X)

Emergency Vehicle Pre-emption System (EVPS) Furnish, install, maintain, relocate, and remove the equipment necessary to keep the

existing EVPS operational as shown on the plan. Do not disconnect or alter the EVPS without the knowledge and concurrence of the Engineer and the EVPS owner. Schedule all EVPS relocations so that the system is out of service only when the Contractor is actively working. Ensure EVPS is returned to service and is completely operational at the end of the work day. Keep the EVPS owner apprised of all changes to the EVPS.

171-401 & 171-402 324

Page 325: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/13

ITEM #1118XXXA

Coordination Furnish, install, maintain, relocate, and remove the equipment necessary to keep the

intersection coordinated to adjacent signals as shown on the plan. Do not disconnect the interconnect without the approval of the Engineer.

Closed Loop System: If it is necessary to disconnect the communication cable, notify the Engineer and the Bridgeport Operation Center (BOC) or the Newington Operation Center (NOC) prior to disconnect and also after it is reconnected.

Time Base System: Program and synchronize all Time Clock/Time Base Coordination (TC/TBC) units as necessary.

Maintenance Once TS is in effect, assume maintenance responsibilities of the entire installation in

accordance with Section 1.07.12 of the Standard Specifications. Notify the Engineer for the project records the date that Temporary Signalization begins. Notify the following parties that maintenance responsibility has been transferred to the Contractor:

Signal Owner CT DOT Electrical Maintenance Office or Town Representative Local Police Department Provide the Engineer a list of telephone numbers of personnel who will be on-call during

TS. Respond to traffic signal malfunctions by having a representative at the site within three hours from the initial contact. Within twenty-four (24) hours have the traffic signal operating according to plan.

If the Engineer determines that the nature of a malfunction requires immediate attention and/or the Contractor does not respond within three (3) hours, then an alternate maintenance service will be called to repair the signal. Expenses incurred by the alternate maintenance service for each call will be deducted from monies due to the Contractor with a minimum deduction of $1,000. The alternate maintenance service may be the owner of the signal or another qualified electrical contractor.

Duration Temporary Signalization shall commence when any existing signal equipment is

disturbed, relocated, or altered based on the inspection checklist in any way for the TS.

For intersections with a State furnished controller, TS terminates when the inspection of the permanent signal is complete and operational and is accepted by the Engineer. For intersections with a Contractor furnished controller, Temporary Signalization terminates at the beginning of the 30 day test period for the permanent signal.

Ownership Existing equipment, designated as salvage, remains the property of the owner. Salvable

equipment will be removed and delivered to the owner upon completion of use. Temporary equipment supplied by the Contractor remains the Contractor’s property unless noted otherwise.

171-401 & 171-402 325

Page 326: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/13

ITEM #1118XXXA

Method of Measurement:

Temporary Signalization shall be paid only once per site on a percentage of the contract Lump Sum price. Fifty percent (50%) shall be paid when TS is operational as shown on the plan or to the satisfaction of the Engineer. Fifty percent (50%) shall be paid when TS terminates. Basis of Payment:

This work shall be paid at the contract Lump Sum price for “Temporary Signalization (Site No.)” for each site. This price includes the preliminary inspection, TS plan for each stage/phase, furnishing, installing, maintaining, relocating and revising traffic signal equipment, controller assembly modifications, controller unit program changes such as phasing and timing, removing existing, temporary, and proposed traffic signal equipment, arrangements with utility companies, towns or cities including the fees necessary for electric and telephone service, clearing and grubbing, grading, area restoration and all necessary hardware, materials, labor, and work incidental thereto.

All material and work for signing and pavement markings is paid for under the appropriate Contract items.

All material and work necessary for vehicle and pedestrian detection for TS is paid for

under item 11112XXA - Temporary Detection (Site No. X).

All Contractor supplied items that will remain the Contractor’s property shall be included in the contract Lump Sum price for “Temporary Signalization.”

Any items installed as part of the permanent installation are not paid for under this item

but are paid for under the bid item for that work. Pay Item Pay Unit Temporary Signalization (Site No.) L.S.

171-401 & 171-402 326

Page 327: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-15 1 of 3

ITEM # 1118301A, 1118310A

ITEM #1118301A - RELOCATE PRE-EMPTION SYSTEM (SITE NO. 1)

ITEM #1118310A - RELOCATE PRE-EMPTION SYSTEM (SITE NO. 10)

Description: Relocate existing town owned emergency vehicle pre-emption system (EVPS) (either

optical or siren) as shown on the plan or as directed by the Engineer. The EVPS equipment includes but is not limited to the following material:

Optical Detectors Siren Detectors Phase Selectors System Chassis Auxiliary Equipment Cabinets (AEC) Confirmation Light Detector Cable (where practical)

Install new cable from the controller to the pre-emption detectors where the existing cable cannot be practically relocated.

Material: All material is existing except for miscellaneous hardware necessary for reinstallation (e.g.

changing detector attachment from span wire to mast arm) and the Detector Cable. Miscellaneous Hardware:

1. Mounting hardware designed and manufactured specifically for use with the existing EVPS.

2. Corrosion and rust resistant. Detector Cable (Optical):

1. 3-Conductor cable with shield and ground wire. 2. AWG #20 (7x28) stranded. 3. Individually tinned copper strands. 4. Conductor insulation: 600 volt, 167O F (75 deg. C). 5. 1 Conductor-yellow; 1 Conductor-blue; 1 Conductor-orange. 6. Aluminized mylar shield tape or equivalent. 7. AWG #20 (7x28) stranded uninsulated drain wire 8. DC resistance not to exceed 11.0 ohms per 1000 feet (305M). 9. Capacitance from one conductor to other two conductors and shield not to exceed

157pf/M (48 pf./ft.). 10. Jacket: 600 volts, 176O F (80 deg. C), minimum average wall thickness - 0.045"

(1.14mm). 11. Finished O.D.: 0.3" (7.62mm) max.

Detector Cable (Audio):

1. 2-Conductor cable with shield and ground wire. 2. AWG #14. 3. IMSA Spec 50-2 Detector Lead-In.

171-401 & 171-402 327

Page 328: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-15 2 of 3

ITEM # 1118301A, 1118310A

Construction Methods: Conduct an initial evaluation test before removal and a final test after reinstallation. Thirty

days prior to disconnection and removal of the existing pre-emption equipment, test and verify that the system is operational as shown on the plan. The thirty days is intended to provide the EVPS owner an opportunity to correct and resolve any deficiencies identified during the test. If during the thirty days the owner repairs, replaces, or corrects any malfunctioning, disconnected, or missing components, re-test that feature prior to removal. The contractor is not responsible to correct any part of the EVPS that is found to be malfunctioning, disconnected, or missing during the initial test. If the contractor is to assume maintenance responsibility of the traffic signal during Temporary Signalization, the EVPS equipment will not be included. Maintenance responsibility remains with the owner.

EVPS Test Procedure

1. Notify the system owner/user, such as the municipal fire chief or public works director, of the scheduled inspection.

2. Request a fire department representative and an emergency vehicle, which has an activation device to conduct the test. If not available, the contractor shall provide an activation device.

3. In the presence of the Engineer and the municipal representative, test each pre-empted approach with the emergency vehicle. Test the following items of the system:

* Confirm that the emitter or siren activates the phase selector and the phase selector activates the correct pre-emption input to the controller. * Confirm adequate range. The traffic signal must be pre-empted to green sufficiently in advance of the emergency vehicle arrival. The vehicle emitter or siren shall initiate pre-emption at a minimum distance of 548.6M (1800 feet). Exception: An obstructed line-of-sight may reduce the minimum distance. Town concurrence is required. * Confirm there are no false calls. Keep the emitter or siren active as the emergency vehicle passes through the intersection. No other detectors shall activate.

4. Document the test. Provide the Engineer and the municipality copies of the test results. Attached is a sample test procedure form.

Keep the appropriate fire department official apprised of when (day and time) the system is disconnected and taken out of operation.

Store all pre-emption equipment intended for re-installation in a suitable location to prevent damage from elements and construction activities. Return all pre-emption equipment not intended for re-installation to the Town.

Mount the AEC on the left side of the controller cabinet, when facing the door. Confirm that the inside of the cabinet wall is clear, so that the installation of the AEC will not damage any equipment inside the controller cabinet. Drill a 25mm (1") hole through the side of the controller cabinet. Install a close nipple through the 25mm (1") hole. Apply clear silicon caulk to both ends of the close nipple. Tighten lock-nuts and fiber bushings. Apply additional caulk if necessary to prevent moisture from entering the controller cabinet and the AEC.

Re-install and wire the pre-emption equipment in a neat and orderly manner, as shown on the plan or as directed by the Engineer. Pre-emption detector locations shown on the plan are for illustration purposes only. Field locate the detectors for the best possible line-of-sight. Install the detector cables continuous with no splices between the optical detector and the AEC. Make all connections from the phase selector to the “D” harness and to the cabinet wiring at the pre-emption termination panel.

Conduct a final test, identical to the initial test, to verify that the EVPS is as operational as before removal. If the initial test was not conducted, it is assumed the EVPS was fully operational

171-401 & 171-402 328

Page 329: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1-15 3 of 3

ITEM # 1118301A, 1118310A

as shown on the plan. The Contractor is then responsible for all damaged; faulty; missing; and replacement material necessary to restore the EVPS to fully operational.

If a malfunction is found other than identified during the initial test, or the system needs adjustment (such as range, emitter intensity, or detector location), schedule a follow-up test. Repeat the test procedure for all approaches that did not pass.

Notify the appropriate fire department official that the EVPS has been re-installed and is operational.

If not present in an existing traffic controller cabinet install a pre-emption disconnect switch. When switched off, the traffic controller shall not be affected by EVPS calls.

Method of Measurement: Work under this item is measured as Lump-Sum per site. Detector Cable shall be measured

by the number of linear feet (meters) supplied and installed.

Basis of Payment: This work shall be paid at the contract Lump Sum price for “Relocate Pre-Emption System

(Site No.)” for each site. This item shall include all prior testing, removal, storage, re-installation, final testing, any corrective adjustments, replacement components if necessary, documentation, disconnect switch if necessary, and all necessary hardware, materials, labor and work incidental thereto.

All material and work necessary for installing detector cable is paid for under item 111355XA – Detector Cable (Optical).

Pay Item Pay Unit Relocate Pre-emption System (Site No._) L.S.

EVPS TEST PROCEDURE Confirm that the emitter or siren activates the phase selector and the phase selector activates the correct pre-emption input to the controller.

Confirm adequate range. Confirm there are no false calls.

171-401 & 171-402 329

Page 330: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. Date 1/5/12

ITEM #1206023A

ITEM #1206023A - REMOVAL AND RELOCATION OF EXISTING SIGNS Section 12.06 is supplemented as follows: Article 12.06.01 – Description is supplemented with the following: Work under this item shall consist of the removal and/or relocation of designated side-mounted extruded aluminum and sheet aluminum signs, sign posts, sign supports, span wire for signs, and foundations where indicated on the plans or as directed by the Engineer. Work under this item shall also include furnishing and installing new sign posts and associated hardware for signs designated for relocation. Article 12.06.03 – Construction Methods is supplemented with the following: The Contractor shall take care during the removal and relocation of existing signs, sign posts, and sign supports that are to be relocated so that they are not damaged. Any material that is damaged shall be replaced by the Contractor at no cost to the State. Foundations, span wire for signs, and other materials designated for removal shall be removed and disposed of by the Contractor as directed by the Engineer and in accordance with existing standards for Removal of Existing Signing. Sheet aluminum signs designated for relocation are to be re-installed on new sign posts. Article 12.06.04 – Method of Measurement is supplemented with the following: Payment under Removal and Relocation of Existing Signs shall be at the contract lump sum price which shall include all extruded aluminum and sheet aluminum signs, sign posts, and sign supports designated for relocation, all new sign posts and associated hardware for signs designated for relocation, all extruded aluminum signs, sheet aluminum signs, sign posts and sign supports designated for scrap, and foundations, span wire for signs, and other materials designated for removal and disposal, and all work and equipment required. Article 12.06.05 – Basis of Payment is supplemented with the following: This work will be paid for at the contract lump sum price for “Removal and Relocation of Existing Signs” which price shall include relocating designated extruded aluminum and sheet aluminum signs, sign posts, and sign supports, providing new posts and associated hardware for relocated signs, removing and disposing of foundations, span wire for signs, and other materials, and all equipment, material, tools and labor incidental thereto. This price shall also include removing, loading, transporting, and unloading of extruded aluminum signs, sheet aluminum signs, sign posts, and sign supports designated for scrap and all equipment, material, tools and labor incidental thereto. Pay Item Pay Unit Removal and Relocation of Existing Signs L.S.

171-401 & 171-402 330

Page 331: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 7/18  

ITEM #1208932A  

ITEM #1208932A - SIGN FACE - SHEET ALUMINUM (TYPE IV RETROREFLECTIVE SHEETING) Section 12.08 is supplemented and amended as follows: 12.08.01—Description:

Add the following:

This item shall also include field testing of metal sign base posts as directed by the Engineer.

12.08.03—Construction Methods:

Delete the last sentence and add the following:

Metal sign base posts shall be whole and uncut. Sign base post embedment and reveal lengths shall be as shown on the plans. The Contractor shall drive the metal sign base posts by hand tools, by mechanical means or by auguring holes. If an obstruction is encountered while driving or placing the metal sign base post, the Contractor shall notify the Engineer who will determine whether the obstruction shall be removed, the sign base post or posts relocated, or the base post installation in ledge detail shall apply. Backfill shall be thoroughly tamped after the posts have been set level and plumb. Field Testing of Metal Sign Posts: When the sign installations are complete, the Contractor shall notify the Engineer the Project is ready for field testing. Based on the number of posts in the Project, the Engineer will select random sign base posts which shall be removed by the Contractor for inspection and measurement by the Engineer. After such inspection is completed at each base post location, the Contractor shall restore or replace such portions of the work to the condition required by the Contract. Refer to the table in 12.08.05 for the number of posts to be field tested.

12.08.04—Method of Measurement:

Add the following:

The work required to expose and measure sign base post length and embedment depth using field testing methods, and restoration of such work, will not be measured for payment and shall be included in the general cost of the work.

12.08.05—Basis of Payment:

Replace the entire Article with the following:

171-401 & 171-402 331

Page 332: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 7/18  

ITEM #1208932A  

This work will be paid for at the Contract unit price per square foot for “Sign Face - Sheet Aluminum” of the type specified complete in place, adjusted by multiplying by the applicable Pay Factor listed in the table below. The price for this work shall include the completed sign, metal sign post(s), span-mounted sign brackets and mast arm-mounted brackets, mounting hardware, including reinforcing plates, field testing, restoration and replacement of defective base post(s), and all materials, equipment, and work incidental thereto. Pay Factor Scale: Work shall be considered defective whenever the base post length or base post embedment depth is less than the specified length by more than 2 inches. If the number of defects results in rejection, the Contractor shall remove and replace all metal sign base posts on the Project, at no cost to the Department. Number of Posts to be Tested and Pay Factors (Based on Number of Defects) Number of Posts in

Project => 51-100 101-250 251-1000 >1000 Sample Size=> 5 Posts 10 Posts 40 Posts 60 Posts 0 Defects 1.0 1.0 1.025 1.025 1 Defect 0.9 0.95 0.975 0.983 2 Defects Rejection 0.9 0.95 0.967 3 Defects Rejection Rejection 0.925 0.95 4 Defects Rejection Rejection 0.9 0.933 5 Defects Rejection Rejection Rejection 0.917 6 Defects Rejection Rejection Rejection 0.9

7 or more Defects Rejection Rejection Rejection Rejection Note: Projects with 50 or fewer posts will not include field testing 

171-401 & 171-402 332

Page 333: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Rev. 11-7-2017

REQUIRED CONTRACT PROVISIONS

PERMITS AND/OR REQUIRED PROVISIONS The following Permits and/or and Required Provisions follow this page are hereby made part of this Contract.

PERMITS AND/OR PERMIT APPLICATIONS No Permits are required for this contract

Construction Contracts - Required Contract Provisions (FHWA Funded Contracts)

171-401 & 171-402 333

Page 334: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 1 of 53

Construction Contracts - Required Contract Provisions (FHWA Funded Contracts)

Index

1. Federal Highway Administration (FHWA) Form 1273 (Revised May 1, 2012)

2. Title VI of the Civil Rights Act of 1964 / Nondiscrimination Requirements

3. Contractor Work Force Utilization (Federal Executive Order 11246) / Specific Equal

Employment Opportunity

4. Requirements of Title 49, CFR , Part 26, Participation by DBEs

5. Contract Wage Rates

6. Americans with Disabilities Act of 1990, as Amended

7. Connecticut Statutory Labor Requirements

a. Construction, Alteration or Repair of Public Works Projects; Wage Rates

b. Debarment List - Limitation on Awarding Contracts

c. Construction Safety and Health Course

d. Awarding of Contracts to Occupational Safety and Health Law Violators Prohibited

e. Residents Preference in Work on Other Public Facilities (Not Applicable to Federal

Aid Contracts)

8. Tax Liability - Contractor’s Exempt Purchase Certificate (CERT – 141)

9. Executive Orders (State of CT)

10. Non Discrimination Requirement (pursuant to section 4a-60 and 4a-60a of the Connecticut

General Statutes, as revised)

11. Whistleblower Provision

12. Connecticut Freedom of Information Act

a. Disclosure of Records

b. Confidential Information

13. Service of Process

14. Substitution of Securities for Retainages on State Contracts and Subcontracts

15. Health Insurance Portability and Accountability Act of 1996 (HIPAA)

16. Forum and Choice of Law

17. Summary of State Ethics Laws

Page 335: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 2 of 53

18. Audit and Inspection of Plants, Places of Business and Records

19. Campaign Contribution Restriction

20. Tangible Personal Property

21. Bid Rigging and/or Fraud – Notice to Contractor

22. Consulting Agreement Affidavit

23. Federal Cargo Preference Act Requirements (46 CFR 381.7(a)-(b))

Index of Exhibits

EXHIBIT A – FHWA Form 1273 (Begins on page 14)

EXHIBIT B – Title VI Contractor Assurances (page 35)

EXHIBIT C – Contractor Work Force Utilization (Federal Executive Order 11246) / Equal

Employment Opportunity (page 36)

EXHIBIT D – Health Insurance Portability and Accountability Act of 1996 (HIPAA) (page 43)

EXHIBIT E - Campaign Contribution Restriction (page 51)

EXHIBIT F – Federal Wage Rates (Attached at the end)

EXHIBIT G - State Wage Rates (Attached at the end)

Page 336: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 3 of 53

1. Federal Highway Administration (FHWA) Form 1273

The Contractor shall comply with the Federal Highway Administration (FHWA), Form 1273 attached

at Exhibit A, as revised, which is hereby made part of this contract. The Contractor shall also require

its subcontractors to comply with the FHWA – Form 1273 and include the FHWA – Form 1273 as an

attachment to all subcontracts and purchase orders.

2. Title VI of the Civil Rights Act of 1964 / Nondiscrimination Requirements

The Contractor shall comply with Title VI of the Civil Rights Act of 1964 as amended (42 U.S.C. 2000

et seq.), all requirements imposed by the regulations of the United States Department of Transportation

(49 CFR Part 21) issued in implementation thereof, and the Title VI Contractor Assurances attached

hereto at Exhibit B, all of which are hereby made a part of this Contract.

3. Contractor Work Force Utilization (Federal Executive Order 11246) / Equal Employment

Opportunity

(a) The Contractor shall comply with the Contractor Work Force Utilization (Federal

Executive Order 11246) / Equal Employment Opportunity requirements attached at Exhibit

C and hereby made part of this Contract, whenever a contractor or subcontractor at any tier

performs construction work in excess of $10,000. These goals shall be included in each

contract and subcontract. Goal achievement is calculated for each trade using the hours

worked under each trade.

(b) Companies with contracts, agreements or purchase orders valued at $10,000 or more will

develop and implement an Affirmative Action Plan utilizing the ConnDOT Affirmative

Action Plan Guideline. This Plan shall be designed to further the provision of equal

employment opportunity to all persons without regard to their race, color, religion, sex or

national origin, and to promote the full realization of equal employment opportunity

through a positive continuation program. Plans shall be updated as required by ConnDOT.

4. Requirements of Title 49, Code of Federal Regulations (CFR), Part 26, Participation by

DBEs, as may be revised.

Pursuant to 49 CFR 26.13, the following paragraph is part of this Contract and shall be included in

each subcontract the Contractor enters into with a subcontractor:

“The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color,

national origin, or sex in the performance of this contract. The Contractor shall carry out applicable

requirements of 49 CFR Part 26, Participation by DBEs, in the award and administration of U.S. DOT-

assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this

Contract, which may result in the termination of this contract or such other remedy as ConnDOT

(recipient) deems appropriate, which may include, but is not limited to: (1) Withholding monthly

progress payments, (2) Assessing sanctions, (3) Liquidated damages; and/or, (4) Disqualifying the

contractor from future bidding as non-responsible.”

Page 337: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 4 of 53

5. Contract Wage Rates

The Contractor shall comply with:

The Federal and State wage rate requirements indicated in Exhibits F and G hereof, as revised, are

hereby made part of this Contract. The Federal wage rates (Davis-Bacon Act) applicable to this

Contract shall be the Federal wage rates that are current on the US Department of Labor website

(http://www.wdol.gov/dba.aspx) as may be revised 10 days prior to bid opening. These applicable

Federal wage rates will be physically incorporated in the final contract document executed by both

parties. The Department will no longer physically include revised Federal wage rates in the bid

documents or as part of addenda documents, prior to the bid opening date. During the bid

advertisement period, bidders are responsible for obtaining the appropriate Federal wage rates from the

US Department of Labor website.

To obtain the latest Federal wage rates go to the US Department of Labor website (link above). Under

Davis-Bacon Act, choose “Selecting DBA WDs” and follow the instruction to search the latest wage

rates for the State, County and Construction Type. Refer to the Notice to Contractor (NTC) - Federal

Wage Determinations (Davis Bacon Act).

If a conflict exists between the Federal and State wage rates, the higher rate shall govern.

Prevailing Wages for Work on State Highways; Annual Adjustments. With respect to contracts for

work on state highways and bridges on state highways, the Contractor shall comply with the provisions

of Section 31-54 and 31-55a of the Connecticut General Statutes, as revised.

As required by Section 1.05.12 (Payrolls) of the State of Connecticut, Department of Transportation’s

Standard Specification for Roads, Bridges and Incidental Construction (FORM 816), as may be

revised, every Contractor or subcontractor performing project work on a Federal aid project is required

to post the relevant prevailing wage rates as determined by the United States Secretary of Labor. The

wage rate determinations shall be posted in prominent and easily accessible places at the work site.

6. Americans with Disabilities Act of 1990, as Amended

This provision applies to those Contractors who are or will be responsible for compliance with the

terms of the Americans with Disabilities Act of 1990, as amended (42 U.S.C. 12101 et seq.), (Act),

during the term of the Contract. The Contractor represents that it is familiar with the terms of this Act

and that it is in compliance with the Act. Failure of the Contractor to satisfy this standard as the same

applies to performance under this Contract, either now or during the term of the Contract as it may be

amended, will render the Contract voidable at the option of the State upon notice to the contractor. The

Contractor warrants that it will hold the State harmless and indemnify the State from any liability

which may be imposed upon the State as a result of any failure of the Contractor to be in compliance

with this Act, as the same applies to performance under this Contract.

7. Connecticut Statutory Labor Requirements

(a) Construction, Alteration or Repair of Public Works Projects; Wage Rates. The

Contractor shall comply with Section 31-53 of the Connecticut General Statutes, as revised. The

wages paid on an hourly basis to any person performing the work of any mechanic, laborer or

worker on the work herein contracted to be done and the amount of payment or contribution paid

or payable on behalf of each such person to any employee welfare fund, as defined in subsection (i)

Page 338: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 5 of 53

of section 31-53 of the Connecticut General Statutes, shall be at a rate equal to the rate customary

or prevailing for the same work in the same trade or occupation in the town in which such public

works project is being constructed. Any contractor who is not obligated by agreement to make

payment or contribution on behalf of such persons to any such employee welfare fund shall pay to

each mechanic, laborer or worker as part of such person’s wages the amount of payment or

contribution for such person’s classification on each pay day.

(b) Debarment List. Limitation on Awarding Contracts. The Contractor shall comply with

Section 3l-53a of the Connecticut General Statutes, as revised.

(c) Construction Safety and Health Course. The Contractor shall comply with section 31-53b

of the Connecticut General Statutes, as revised. The contractor shall furnish proof to the Labor

Commissioner with the weekly certified payroll form for the first week each employee begins work

on such project that any person performing the work of a mechanic, laborer or worker pursuant to

the classifications of labor under section 31-53 of the Connecticut General Statutes, as revised, on

such public works project, pursuant to such contract, has completed a course of at least ten hours in

duration in construction safety and health approved by the federal Occupational Safety and Health

Administration or, has completed a new miner training program approved by the Federal Mine

Safety and Health Administration in accordance with 30 CFR 48 or, in the case of

telecommunications employees, has completed at least ten hours of training in accordance with 29

CFR 1910.268.

Any employee required to complete a construction safety and health course as required that has not

completed the course, shall have a maximum of fourteen (14) days to complete the course. If the

employee has not been brought into compliance, they shall be removed from the project until such

time as they have completed the required training.

Any costs associated with this notice shall be included in the general cost of the contract. In

addition, there shall be no time granted to the contractor for compliance with this notice. The

contractor’s compliance with this notice and any associated regulations shall not be grounds for

claims as outlined in Section 1.11 – “Claims”.

(d) Awarding of Contracts to Occupational Safety and Health Law Violators Prohibited. The

Contract is subject to Section 31-57b of the Connecticut General Statutes, as revised.

(e) Residents Preference in Work on Other Public Facilities. NOT APPLICABLE TO

FEDERAL AID CONTRACTS. Pursuant to Section 31-52a of the Connecticut General Statutes,

as revised, in the employment of mechanics, laborers or workmen to perform the work specified

herein, preference shall be given to residents of the state who are, and continuously for at least six

months prior to the date hereof have been, residents of this state, and if no such person is available,

then to residents of other states

8. Tax Liability - Contractor’s Exempt Purchase Certificate (CERT – 141)

The Contractor shall comply with Chapter 219 of the Connecticut General Statutes pertaining to

tangible personal property or services rendered that is/are subject to sales tax. The Contractor is

responsible for determining its tax liability. If the Contractor purchases materials or supplies pursuant

to the Connecticut Department of Revenue Services’ "Contractor’s Exempt Purchase Certificate

(CERT-141)," as may be revised, the Contractor acknowledges and agrees that title to such materials

and supplies installed or placed in the project will vest in the State simultaneously with passage of title

Page 339: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 6 of 53

from the retailers or vendors thereof, and the Contractor will have no property rights in the materials

and supplies purchased.

Forms and instructions are available anytime by:

Internet: Visit the DRS website at www.ct.gov/DRS to download and print Connecticut tax forms; or

Telephone: Call 1-800-382-9463 (Connecticut calls outside the Greater Hartford calling area only) and

select Option 2 or call 860-297-4753 (from anywhere).

9. Executive Orders

This contract is subject to the provisions of Executive Order No. Three of Governor Thomas J. Meskill, promulgated June 16, 1971, concerning labor employment practices, Executive Order No. Seventeen of Governor Thomas J. Meskill, promulgated February 15, 1973, concerning the listing of employment openings and Executive Order No. Sixteen of Governor John G. Rowland promulgated August 4, 1999, concerning violence in the workplace, all of which are incorporated into and are made a part of the contract as if they had been fully set forth in it. The contract may also be subject to Executive Order No. 14 of Governor M. Jodi Rell, promulgated April 17, 2006, concerning procurement of cleaning products and services and to Executive Order No. 49 of Governor Dannel P. Malloy, promulgated May 22, 2015, mandating disclosure of certain gifts to public employees and contributions to certain candidates for office. If Executive Order No. 14 and/or Executive Order No. 49 are applicable, they are deemed to be incorporated into and are made a part of the contract as if they had been fully set forth in it. At the Contractor’s request, the Department shall provide a copy of these orders to the Contractor. 10. Non Discrimination Requirement (pursuant to section 4a-60 and 4a-60a of the Connecticut

General Statutes, as revised): References to “minority business enterprises” in this Section are

not applicable to Federal-aid projects/contracts. Federal-aid projects/contracts are instead

subject to the Federal Disadvantaged Business Enterprise Program.

(a) For purposes of this Section, the following terms are defined as follows:

i. "Commission" means the Commission on Human Rights and Opportunities;

ii. "Contract" and “contract” include any extension or modification of the Contract or

contract;

iii. "Contractor" and “contractor” include any successors or assigns of the Contractor or

contractor;

iv. “gender identity or expression" means a person's gender-related identity, appearance or

behavior, whether or not that gender-related identity, appearance or behavior is different

from that traditionally associated with the person's physiology or assigned sex at birth,

which gender-related identity can be shown by providing evidence including, but not

limited to, medical history, care or treatment of the gender-related identity, consistent and

uniform assertion of the gender-related identity or any other evidence that the gender-

related identity is sincerely held, part of a person's core identity or not being asserted for

an improper purpose.

v. “good faith" means that degree of diligence which a reasonable person would exercise in

the performance of legal duties and obligations;

vi. "good faith efforts" shall include, but not be limited to, those reasonable initial efforts

necessary to comply with statutory or regulatory requirements and additional or

substituted efforts when it is determined that such initial efforts will not be sufficient to

comply with such requirements;

vii. "marital status" means being single, married as recognized by the State of Connecticut,

widowed, separated or divorced;

Page 340: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 7 of 53

viii. "mental disability" means one or more mental disorders, as defined in the most recent

edition of the American Psychiatric Association's "Diagnostic and Statistical Manual of

Mental Disorders", or a record of or regarding a person as having one or more such

disorders;

ix. "minority business enterprise" means any small contractor or supplier of materials fifty-

one percent or more of the capital stock, if any, or assets of which is owned by a person or

persons: (1) who are active in the daily affairs of the enterprise, (2) who have the power

to direct the management and policies of the enterprise, and (3) who are members of a

minority, as such term is defined in subsection (a) of Connecticut General Statutes § 32-

9n; and

x. “public works contract" means any agreement between any individual, firm or

corporation and the State or any political subdivision of the State other than a

municipality for construction, rehabilitation, conversion, extension, demolition or repair

of a public building, highway or other changes or improvements in real property, or

which is financed in whole or in part by the State, including, but not limited to, matching

expenditures, grants, loans, insurance or guarantees.

For purposes of this Section, the terms "Contract" and “contract” do not include a contract where

each contractor is (1) a political subdivision of the State, including, but not limited to, a

municipality, (2) a quasi-public agency, as defined in Conn. Gen. Stat. Section 1-120, (3) any

other state, including but not limited to any federally recognized Indian tribal governments, as

defined in Conn. Gen. Stat. Section 1-267, (4) the federal government, (5) a foreign government,

or (6) an agency of a subdivision, agency, state or government described in the immediately

preceding enumerated items (1), (2), (3), (4) or (5).

(b) (1) The Contractor agrees and warrants that in the performance of the Contract such Contractor

will not discriminate or permit discrimination against any person or group of persons on the

grounds of race, color, religious creed, age, marital status, national origin, ancestry, sex, gender

identity or expression, intellectual disability, mental disability or physical disability, including,

but not limited to, blindness, unless it is shown by such Contractor that such disability prevents

performance of the work involved, in any manner prohibited by the laws of the United States or

of the State of Connecticut; and the Contractor further agrees to take affirmative action to insure

that applicants with job-related qualifications are employed and that employees are treated when

employed without regard to their race, color, religious creed, age, marital status, national origin,

ancestry, sex, gender identity or expression, intellectual disability, mental disability or physical

disability, including, but not limited to, blindness, unless it is shown by the Contractor that such

disability prevents performance of the work involved; (2) the Contractor agrees, in all

solicitations or advertisements for employees placed by or on behalf of the Contractor, to state

that it is an "affirmative action-equal opportunity employer" in accordance with regulations

adopted by the Commission; (3) the Contractor agrees to provide each labor union or

representative of workers with which the Contractor has a collective bargaining Agreement or

other contract or understanding and each vendor with which the Contractor has a contract or

understanding, a notice to be provided by the Commission, advising the labor union or workers’

representative of the Contractor's commitments under this section and to post copies of the notice

in conspicuous places available to employees and applicants for employment; (4) the Contractor

agrees to comply with each provision of this Section and Connecticut General Statutes §§ 46a-

68e and 46a-68f and with each regulation or relevant order issued by said Commission pursuant

to Connecticut General Statutes §§ 46a-56, 46a-68e and 46a-68f; and (5) the Contractor agrees to

provide the Commission on Human Rights and Opportunities with such information requested by

the Commission, and permit access to pertinent books, records and accounts, concerning the

Page 341: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 8 of 53

employment practices and procedures of the Contractor as relate to the provisions of this Section

and Connecticut General Statutes § 46a-56. If the contract is a public works contract, the

Contractor agrees and warrants that he will make good faith efforts to employ minority business

enterprises as subcontractors and suppliers of materials on such public works projects.

(c) Determination of the Contractor's good faith efforts shall include, but shall not be limited to, the

following factors: The Contractor's employment and subcontracting policies, patterns and

practices; affirmative advertising, recruitment and training; technical assistance activities and

such other reasonable activities or efforts as the Commission may prescribe that are designed to

ensure the participation of minority business enterprises in public works projects.

(d) The Contractor shall develop and maintain adequate documentation, in a manner prescribed by

the Commission, of its good faith efforts.

(e) The Contractor shall include the provisions of subsection (b) of this Section in every subcontract

or purchase order entered into in order to fulfill any obligation of a contract with the State and

such provisions shall be binding on a subcontractor, vendor or manufacturer unless exempted by

regulations or orders of the Commission. The Contractor shall take such action with respect to

any such subcontract or purchase order as the Commission may direct as a means of enforcing

such provisions including sanctions for noncompliance in accordance with Connecticut General

Statutes §46a-56; provided if such Contractor becomes involved in, or is threatened with,

litigation with a subcontractor or vendor as a result of such direction by the Commission, the

Contractor may request the State of Connecticut to enter into any such litigation or negotiation

prior thereto to protect the interests of the State and the State may so enter.

(f) The Contractor agrees to comply with the regulations referred to in this Section as they exist on

the date of this Contract and as they may be adopted or amended from time to time during the

term of this Contract and any amendments thereto.

(g) (1) The Contractor agrees and warrants that in the performance of the Contract such Contractor

will not discriminate or permit discrimination against any person or group of persons on the

grounds of sexual orientation, in any manner prohibited by the laws of the United States or the

State of Connecticut, and that employees are treated when employed without regard to their

sexual orientation; (2) the Contractor agrees to provide each labor union or representative of

workers with which such Contractor has a collective bargaining Agreement or other contract or

understanding and each vendor with which such Contractor has a contract or understanding, a

notice to be provided by the Commission on Human Rights and Opportunities advising the labor

union or workers' representative of the Contractor's commitments under this section, and to post

copies of the notice in conspicuous places available to employees and applicants for employment;

(3) the Contractor agrees to comply with each provision of this section and with each regulation

or relevant order issued by said Commission pursuant to Connecticut General Statutes § 46a-56;

and (4) the Contractor agrees to provide the Commission on Human Rights and Opportunities

with such information requested by the Commission, and permit access to pertinent books,

records and accounts, concerning the employment practices and procedures of the Contractor

which relate to the provisions of this Section and Connecticut General Statutes § 46a-56.

(h) The Contractor shall include the provisions of the foregoing paragraph in every subcontract or

purchase order entered into in order to fulfill any obligation of a contract with the State and such

provisions shall be binding on a subcontractor, vendor or manufacturer unless exempted by

Page 342: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 9 of 53

regulations or orders of the Commission. The Contractor shall take such action with respect to

any such subcontract or purchase order as the Commission may direct as a means of enforcing

such provisions including sanctions for noncompliance in accordance with Connecticut General

Statutes § 46a-56; provided, if such Contractor becomes involved in, or is threatened with,

litigation with a subcontractor or vendor as a result of such direction by the Commission, the

Contractor may request the State of Connecticut to enter into any such litigation or negotiation

prior thereto to protect the interests of the State and the State may so enter.”

The Nondiscrimination Certifications can be found at the Office of Policy and Management website.

http://www.ct.gov/opm/cwp/view.asp?a=2982&Q=390928

11. Whistleblower Provision

The following clause is applicable if the Contract has a value of Five Million Dollars ($5,000,000) or

more.

Whistleblowing. This Contract may be subject to the provisions of Section 4-61dd of the Connecticut General Statutes. In accordance with this statute, if an officer, employee or appointing authority of the Contractor takes or threatens to take any personnel action against any employee of the Contractor in retaliation for such employee's disclosure of information to any employee of the contracting state or quasi-public agency or the Auditors of Public Accounts or the Attorney General under the provisions of subsection (a) of such statute, the Contractor shall be liable for a civil penalty of not more than five thousand dollars for each offense, up to a maximum of twenty per cent of the value of this Contract. Each violation shall be a separate and distinct offense and in the case of a continuing violation, each calendar day's continuance of the violation shall be deemed to be a separate and distinct offense. The State may request that the Attorney General bring a civil action in the Superior Court for the Judicial District of Hartford to seek imposition and recovery of such civil penalty. In accordance with subsection (f) of such statute, each large state contractor, as defined in the statute, shall post a notice of the provisions of the statute relating to large state contractors in a conspicuous place which is readily available for viewing by the employees of the Contractor. 12. Connecticut Freedom of Information Act

(a) Disclosure of Records. This Contract may be subject to the provisions of section 1-218 of

the Connecticut General Statutes. In accordance with this statute, each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (a) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (b) indicate that such records and files are subject to FOIA and may be disclosed by the public agency pursuant to FOIA. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with FOIA. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

(b) Confidential Information. The State will afford due regard to the Contractor’s request

for the protection of proprietary or confidential information which the State receives from

the Contractor. However, all materials associated with the Contract are subject to the terms

of the FOIA and all corresponding rules, regulations and interpretations. In making such a

request, the Contractor may not merely state generally that the materials are proprietary or

confidential in nature and not, therefore, subject to release to third parties. Those particular

sentences, paragraphs, pages or sections that the Contractor believes are exempt from

disclosure under the FOIA must be specifically identified as such. Convincing explanation

Page 343: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 10 of 53

and rationale sufficient to justify each exemption consistent with the FOIA must

accompany the request. The rationale and explanation must be stated in terms of the

prospective harm to the competitive position of the Contractor that would result if the

identified material were to be released and the reasons why the materials are legally exempt

from release pursuant to the FOIA. To the extent that any other provision or part of the

Contract conflicts or is in any way inconsistent with this section, this section controls and

shall apply and the conflicting provision or part shall not be given effect. If the Contractor

indicates that certain documentation is submitted in confidence, by specifically and clearly

marking the documentation as “CONFIDENTIAL,” DOT will first review the Contractor’s

claim for consistency with the FOIA (that is, review that the documentation is actually a

trade secret or commercial or financial information and not required by statute), and if

determined to be consistent, will endeavor to keep such information confidential to the

extent permitted by law. See, e.g., Conn. Gen. Stat. §1-210(b)(5)(A-B). The State,

however, has no obligation to initiate, prosecute or defend any legal proceeding or to seek a

protective order or other similar relief to prevent disclosure of any information that is

sought pursuant to a FOIA request. Should the State withhold such documentation from a

Freedom of Information requester and a complaint be brought to the Freedom of

Information Commission, the Contractor shall have the burden of cooperating with DOT in

defense of that action and in terms of establishing the availability of any FOIA exemption

in any proceeding where it is an issue. In no event shall the State have any liability for the

disclosure of any documents or information in its possession which the State believes are

required to be disclosed pursuant to the FOIA or other law.

13. Service of Process

The Contractor, if not a resident of the State of Connecticut, or, in the case of a partnership, the

partners, if not residents, hereby appoints the Secretary of State of the State of Connecticut, and his

successors in office, as agent for service of process for any action arising out of or as a result of this

Contract; such appointment to be in effect throughout the life of this Contract and six (6) years

thereafter.

14. Substitution of Securities for Retainages on State Contracts and Subcontracts

This Contract is subject to the provisions of Section 3-ll2a of the General Statutes of the State of

Connecticut, as revised.

15. Health Insurance Portability and Accountability Act of 1996 (HIPAA)

The Contractor shall comply, if applicable, with the Health Insurance Portability and Accountability

Act of 1996 and, pursuant thereto, the provisions attached at Exhibit D, and hereby made part of this

Contract.

16. Forum and Choice of Law

Forum and Choice of Law. The parties deem the Contract to have been made in the City of Hartford, State of Connecticut. Both parties agree that it is fair and reasonable for the validity and construction of the Contract to be, and it shall be, governed by the laws and court decisions of the State of Connecticut, without giving effect to its principles of conflicts of laws. To the extent that any immunities provided by Federal law or the laws of the State of Connecticut do not bar an action against the State, and to the extent that these courts are courts of competent jurisdiction, for the purpose of venue, the complaint shall be made returnable to the Judicial District of Hartford only or shall be

Page 344: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 11 of 53

brought in the United States District Court for the District of Connecticut only, and shall not be transferred to any other court, provided, however, that nothing here constitutes a waiver or compromise of the sovereign immunity of the State of Connecticut. The Contractor waives any objection which it may now have or will have to the laying of venue of any Claims in any forum and further irrevocably submits to such jurisdiction in any suit, action or proceeding.

17. Summary of State Ethics Laws Pursuant to the requirements of section 1-101qq of the Connecticut General Statutes, the summary of State ethics laws developed by the State Ethics Commission pursuant to section 1-81b of the Connecticut General Statutes is incorporated by reference into and made a part of the Contract as if the summary had been fully set forth in the Contract. 18. Audit and Inspection of Plants, Places of Business and Records

(a) The State and its agents, including, but not limited to, the Connecticut Auditors of Public

Accounts, Attorney General and State’s Attorney and their respective agents, may, at

reasonable hours, inspect and examine all of the parts of the Contractor’s and Contractor

Parties’ plants and places of business which, in any way, are related to, or involved in, the

performance of this Contract. For the purposes of this Section, “Contractor Parties” means the

Contractor’s members, directors, officers, shareholders, partners, managers, principal officers,

representatives, agents, servants, consultants, employees or any one of them or any other

person or entity with whom the Contractor is in privity of oral or written contract and the

Contractor intends for such other person or entity to Perform under the Contract in any

capacity. (b) The Contractor shall maintain, and shall require each of the Contractor Parties to maintain,

accurate and complete Records. The Contractor shall make all of its and the Contractor Parties’ Records available at all reasonable hours for audit and inspection by the State and its agents.

(c) The State shall make all requests for any audit or inspection in writing and shall provide the Contractor with at least twenty-four (24) hours’ notice prior to the requested audit and inspection date. If the State suspects fraud or other abuse, or in the event of an emergency, the State is not obligated to provide any prior notice.

(d) The Contractor shall keep and preserve or cause to be kept and preserved all of its and Contractor Parties’ Records until three (3) years after the latter of (i) final payment under this Agreement, or (ii) the expiration or earlier termination of this Agreement, as the same may be modified for any reason. The State may request an audit or inspection at any time during this period. If any Claim or audit is started before the expiration of this period, the Contractor shall retain or cause to be retained all Records until all Claims or audit findings have been resolved.

(e) The Contractor shall cooperate fully with the State and its agents in connection with an audit or inspection. Following any audit or inspection, the State may conduct and the Contractor shall cooperate with an exit conference.

(f) The Contractor shall incorporate this entire Section verbatim into any contract or other agreement that it enters into with any Contractor Party.

19.Campaign Contribution Restriction

For all State contracts, defined in Conn. Gen. Stat. §9-612(f)(1) as having a value in a calendar year of $50,000 or more, or a combination or series of such agreements or contracts having a value of $100,000 or more, the authorized signatory to this contract expressly acknowledges receipt of the State Elections Enforcement Commission’s notice advising state contractors of state campaign contribution and solicitation prohibitions, and will inform its principals of the contents of the notice, as set forth in "Notice to Executive Branch State Contractors and Prospective State Contractors of Campaign Contribution and Solicitation Limitations,” a copy of which is attached hereto and hereby made a part of this contract, attached as Exhibit E.

Page 345: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 12 of 53

20. Tangible Personal Property (a) The Contractor on its behalf and on behalf of its Affiliates, as defined below, shall comply with the

provisions of Conn. Gen. Stat. §12-411b, as follows:

(1) For the term of the Contract, the Contractor and its Affiliates shall collect and remit to the State of Connecticut, Department of Revenue Services, any Connecticut use tax due under the provisions of Chapter 219 of the Connecticut General Statutes for items of tangible personal property sold by the Contractor or by any of its Affiliates in the same manner as if the Contractor and such Affiliates were engaged in the business of selling tangible personal property for use in Connecticut and had sufficient nexus under the provisions of Chapter 219 to be required to collect Connecticut use tax;

(2) A customer’s payment of a use tax to the Contractor or its Affiliates relieves the customer of liability for the use tax;

(3) The Contractor and its Affiliates shall remit all use taxes they collect from customers on or before the due date specified in the Contract, which may not be later than the last day of the month next succeeding the end of a calendar quarter or other tax collection period during which the tax was collected;

(4) The Contractor and its Affiliates are not liable for use tax billed by them but not paid to them by a customer; and

(5) Any Contractor or Affiliate who fails to remit use taxes collected on behalf of its customers by the due date specified in the Contract shall be subject to the interest and penalties provided for persons required to collect sales tax under chapter 219 of the general statutes.

(b) For purposes of this section of the Contract, the word “Affiliate” means any person, as defined in

section 12-1 of the general statutes, that controls, is controlled by, or is under common control with another person. A person controls another person if the person owns, directly or indirectly, more than ten per cent of the voting securities of the other person. The word “voting security” means a security that confers upon the holder the right to vote for the election of members of the board of directors or similar governing body of the business, or that is convertible into, or entitles the holder to receive, upon its exercise, a security that confers such a right to vote. “Voting security” includes a general partnership interest.

(c) The Contractor represents and warrants that each of its Affiliates has vested in the Contractor plenary authority to so bind the Affiliates in any agreement with the State of Connecticut. The Contractor on its own behalf and on behalf of its Affiliates shall also provide, no later than 30 days after receiving a request by the State’s contracting authority, such information as the State may require to ensure, in the State’s sole determination, compliance with the provisions of Chapter 219 of the Connecticut General Statutes, including, but not limited to, §12-411b.

21. Bid Rigging and/or Fraud – Notice to Contractor The Connecticut Department of Transportation is cooperating with the U.S. Department of Transportation and the Justice Department in their investigation into highway construction contract bid rigging and/or fraud. A toll-free “HOT LINE” telephone number 800-424-9071 has been established to receive information from contractors, subcontractors, manufacturers, suppliers or anyone with knowledge of bid rigging and/or fraud, either past or current. The “HOT LINE” telephone number will be available during normal working hours (8:00 am – 5:00 pm EST). Information will be treated confidentially and anonymity respected. 22. Consulting Agreement Affidavit The Contractor shall comply with Connecticut General Statutes Section 4a-81(a) and 4a-81(b), as revised. Pursuant to Public Act 11-229, after the initial submission of the form, if there is a change in the information contained in the form, a contractor shall submit the updated form, as applicable, either

Page 346: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 13 of 53

(i) not later than thirty (30) days after the effective date of such change or (ii) prior to execution of any new contract, whichever is earlier. The Affidavit/Form may be submitted in written format or electronic format through the Department of Administrative Services (DAS) website. 23. Cargo Preference Act Requirements (46 CFR 381.7(a)-(b)) – Use of United States Flag

Vessels

The Contractor agrees to comply with the following:

(a) Agreement Clauses.

(1) Pursuant to Pub. L. 664 (43 U.S.C. 1241(b)) at least 50 percent of any equipment, materials or

commodities procured, contracted for or otherwise obtained with funds granted, guaranteed,

loaned, or advanced by the U.S. Government under this agreement, and which may be transported

by ocean vessel, shall be transported on privately owned United States-flag commercial vessels, if

available.

(2) Within 20 days following the date of loading for shipments originating within the United States or

within 30 working days following the date of loading for shipments originating outside the United

States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each

shipment of cargo described in paragraph (a)(1) of this section shall be furnished to both the

Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and

to the Division of National Cargo, Office of Market Development, Maritime Administration,

Washington, DC 20590.

(b) Contractor and Subcontractor Clauses. The contractor agrees—

(1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the

gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved,

whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent

such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

(2) To furnish within 20 days following the date of loading for shipments originating within the United

States or within 30 working days following the date of loading for shipments originating outside

the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English

for each shipment of cargo described in paragraph (b) (1) of this section to both the Contracting

Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the

Division of National Cargo, Office of Market Development, Maritime Administration,

Washington, DC 20590.

(3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this

contract.

Page 347: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 14 of 53

EXHIBIT A

FHWA-1273 -- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS

FEDERAL-AID CONSTRUCTION CONTRACTS

I. General

II. Nondiscrimination

III. Nonsegregated Facilities

IV. Davis-Bacon and Related Act Provisions

V. Contract Work Hours and Safety Standards Act Provisions

VI. Subletting or Assigning the Contract

VII. Safety: Accident Prevention

VIII. False Statements Concerning Highway Projects

IX. Implementation of Clean Air Act and Federal Water Pollution Control Act

X. Compliance with Governmentwide Suspension and Debarment Requirements

XI. Certification Regarding Use of Contract Funds for Lobbying

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each construction contract funded under

Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or

subcontractor) must insert this form in each subcontract and further require its inclusion in all lower

tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or

services).

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under

any purchase order, rental agreement or agreement for other services. The prime contractor shall be

responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and

in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental

agreements and other agreements for supplies or services). The design-builder shall be responsible for

compliance by any subcontractor, lower-tier subcontractor or service provider.

Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal

documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all

contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and

other agreements for supplies or services related to a construction contract).

2. Subject to the applicability criteria noted in the following sections, these contract provisions shall

apply to all work performed on the contract by the contractor's own organization and with the

assistance of workers under the contractor's immediate superintendence and to all work performed on

the contract by piecework, station work, or by subcontract.

Page 348: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 15 of 53

3. A breach of any of the stipulations contained in these Required Contract Provisions may be

sufficient grounds for withholding of progress payments, withholding of final payment, termination of

the contract, suspension / debarment or any other action determined to be appropriate by the

contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the contractor shall not use convict

labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is

labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid

highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction

contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR

Part 230 are not applicable to material supply, engineering, or architectural service contracts.

In addition, the contractor and all subcontractors must comply with the following policies: Executive

Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of

1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related

regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity

Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal

Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3.

Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive

Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627.

The contracting agency and the FHWA have the authority and the responsibility to ensure compliance

with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title

VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26

and 27; and 23 CFR Parts 200, 230, and 633.

The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to

conform to the U.S. Department of Labor (US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to

discriminate and to take affirmative action to assure equal opportunity as set forth under laws,

executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49

CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and

imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards

for the contractor's project activities under this contract. The provisions of the Americans with

Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are

incorporated by reference in this contract. In the execution of this contract, the contractor agrees to

comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it

has made every good faith effort to provide equal opportunity with respect to all of its terms and

conditions of employment and in their review of activities under the contract.

b. The contractor will accept as its operating policy the following statement:

Page 349: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 16 of 53

"It is the policy of this Company to assure that applicants are employed, and that employees are

treated during employment, without regard to their race, religion, sex, color, national origin, age or

disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or

recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and

selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO

Officer who will have the responsibility for and must be capable of effectively administering and

promoting an active EEO program and who must be assigned adequate authority and responsibility to

do so.

3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire,

supervise, promote, and discharge employees, or who recommend such action, or who are substantially

involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO

policy and contractual responsibilities to provide EEO in each grade and classification of employment.

To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the

start of work and then not less often than once every six months, at which time the contractor's EEO

policy and its implementation will be reviewed and explained. The meetings will be conducted by the

EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the

EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days

following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO

Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily

accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the

attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for

employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in

publications having a large circulation among minorities and women in the area from which the project

work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and

direct recruitment through public and private employee referral sources likely to yield qualified

minorities and women. To meet this requirement, the contractor will identify sources of potential

minority group employees, and establish with such identified sources procedures whereby minority

and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall

referrals, the contractor is expected to observe the provisions of that agreement to the extent that the

system meets the contractor's compliance with EEO contract provisions. Where implementation of

Page 350: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 17 of 53

such an agreement has the effect of discriminating against minorities or women, or obligates the

contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants

for employment. Information and procedures with regard to referring such applicants will be discussed

with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and

administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer,

demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national

origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions

and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to

determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether

there is evidence of discrimination. Where evidence is found, the contractor will promptly take

corrective action. If the review indicates that the discrimination may extend beyond the actions

reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the

contractor in connection with its obligations under this contract, will attempt to resolve such

complaints, and will take appropriate corrective action within a reasonable time. If the investigation

indicates that the discrimination may affect persons other than the complainant, such corrective action

shall include such other persons. Upon completion of each investigation, the contractor will inform

every complainant of all of their avenues of appeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women

who are applicants for employment or current employees. Such efforts should be aimed at developing

full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and

State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-

the-job training programs for the geographical area of contract performance. In the event a special

provision for training is provided under this contract, this subparagraph will be superseded as indicated

in the special provision. The contracting agency may reserve training positions for persons who

receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available training

programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are

minorities and women and will encourage eligible employees to apply for such training and promotion.

Page 351: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 18 of 53

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the

contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities

for minorities and women. Actions by the contractor, either directly or through a contractor's

association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training

programs aimed toward qualifying more minorities and women for membership in the unions and

increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement

to the end that such union will be contractually bound to refer applicants without regard to their race,

color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union

except that to the extent such information is within the exclusive possession of the labor union and

such labor union refuses to furnish such information to the contractor, the contractor shall so certify to

the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within

the time limit set forth in the collective bargaining agreement, the contractor will, through independent

recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national

origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and

women. The failure of a union to provide sufficient referrals (even though it is obligated to provide

exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor

from the requirements of this paragraph. In the event the union referral practice prevents the

contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these

special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must

be familiar with the requirements for and comply with the Americans with Disabilities Act and all

rules and regulations established there under. Employers must provide reasonable accommodation in

all employment activities unless to do so would cause an undue hardship.

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The

contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or

disability in the selection and retention of subcontractors, including procurement of materials and

leases of equipment. The contractor shall take all necessary and reasonable steps to ensure

nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO

obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO

obligations.

10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26, and the State DOT’s U.S. DOT-approved DBE program are

incorporated by reference.

Page 352: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 19 of 53

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or

sex in the performance of this contract. The contractor shall carry out applicable requirements of 49

CFR Part 26, in the award and administration of DOT-assisted contracts. Failure by the contractor to

carry out these requirements is a material breach of this contract, which may result in the termination

of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document

compliance with the EEO requirements. Such records shall be retained for a period of three years

following the date of the final payment to the contractor for all contract work and shall be available at

reasonable times and places for inspection by authorized representatives of the contracting agency and

the FHWA.

a. The records kept by the contractor shall document the following:

(1) The number and work hours of minority and non-minority group members and women employed

in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase

employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading

minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each

July for the duration of the project, indicating the number of minority, women, and non-minority group

employees currently engaged in each work classification required by the contract work. This

information is to be reported on Form FHWA-1391. The staffing data should represent the project

work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job

training is being required by special provision, the contractor will be required to collect and report

training data. The employment data should reflect the work force on board during all or any part of the

last payroll period preceding the end of July.

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid construction contracts and to all related construction

subcontracts of $10,000 or more.

The contractor must ensure that facilities provided for employees are provided in such a manner that

segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor

may neither require such segregated use by written or oral policies nor tolerate such use by employee

custom. The contractor's obligation extends further to ensure that its employees are not assigned to

perform their services at any location, under the contractor's control, where the facilities are

segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating

areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking

lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for

employees. The contractor shall provide separate or single-user restrooms and necessary dressing or

sleeping areas to assure privacy between sexes.

Page 353: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 20 of 53

IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related

subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all

projects located within the right-of-way of a roadway that is functionally classified as Federal-aid

highway. This excludes roadways functionally classified as local roads or rural minor collectors,

which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract

provisions and related matters” with minor revisions to conform to the FHWA-1273 format and

FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid

unconditionally and not less often than once a week, and without subsequent deduction or rebate on

any account (except such payroll deductions as are permitted by regulations issued by the Secretary of

Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits

(or cash equivalents thereof) due at time of payment computed at rates not less than those contained in

the wage determination of the Secretary of Labor which is attached hereto and made a part hereof,

regardless of any contractual relationship which may be alleged to exist between the contractor and

such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2)

of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers

or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions

made or costs incurred for more than a weekly period (but not less often than quarterly) under plans,

funds, or programs which cover the particular weekly period, are deemed to be constructively made or

incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage

rate and fringe benefits on the wage determination for the classification of work actually performed,

without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing

work in more than one classification may be compensated at the rate specified for each classification

for the time actually worked therein: Provided, That the employer's payroll records accurately set forth

the time spent in each classification in which work is performed. The wage determination (including

any additional classification and wage rates conformed under paragraph 1.b. of this section) and the

Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at

the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers,

which is not listed in the wage determination and which is to be employed under the contract shall be

classified in conformance with the wage determination. The contracting officer shall approve an

additional classification and wage rate and fringe benefits therefore only when the following criteria

have been met:

(i) The work to be performed by the classification requested is not performed by a classification in

the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

Page 354: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 21 of 53

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable

relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known),

or their representatives, and the contracting officer agree on the classification and wage rate

(including the amount designated for fringe benefits where appropriate), a report of the action taken

shall be sent by the contracting officer to the Administrator of the Wage and Hour Division,

Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The

Administrator, or an authorized representative, will approve, modify, or disapprove every additional

classification action within 30 days of receipt and so advise the contracting officer or will notify the

contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or

their representatives, and the contracting officer do not agree on the proposed classification and wage

rate (including the amount designated for fringe benefits, where appropriate), the contracting officer

shall refer the questions, including the views of all interested parties and the recommendation of the

contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour

Administrator, or an authorized representative, will issue a determination within 30 days of receipt

and so advise the contracting officer or will notify the contracting officer within the 30-day period

that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs

1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification

under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics

includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the

benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly

cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may

consider as part of the wages of any laborer or mechanic the amount of any costs reasonably

anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the

Secretary of Labor has found, upon the written request of the contractor, that the applicable standards

of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside

in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized

representative of the Department of Labor, withhold or cause to be withheld from the contractor under

this contract, or any other Federal contract with the same prime contractor, or any other federally-

assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same

prime contractor, so much of the accrued payments or advances as may be considered necessary to pay

laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or

any subcontractor the full amount of wages required by the contract. In the event of failure to pay any

laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of

the work, all or part of the wages required by the contract, the contracting agency may, after written

notice to the contractor, take such action as may be necessary to cause the suspension of any further

payment, advance, or guarantee of funds until such violations have ceased.

Page 355: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 22 of 53

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course

of the work and preserved for a period of three years thereafter for all laborers and mechanics working

at the site of the work. Such records shall contain the name, address, and social security number of

each such worker, his or her correct classification, hourly rates of wages paid (including rates of

contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types

described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked,

deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR

5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably

anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-

Bacon Act, the contractor shall maintain records which show that the commitment to provide such

benefits is enforceable, that the plan or program is financially responsible, and that the plan or program

has been communicated in writing to the laborers or mechanics affected, and records which show the

costs anticipated or the actual cost incurred in providing such benefits. Contractors employing

apprentices or trainees under approved programs shall maintain written evidence of the registration of

apprenticeship programs and certification of trainee programs, the registration of the apprentices and

trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a

copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and

completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full

social security numbers and home addresses shall not be included on weekly transmittals. Instead the

payrolls shall only need to include an individually identifying number for each employee ( e.g. , the

last four digits of the employee's social security number). The required weekly payroll information

may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the

Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its

successor site. The prime contractor is responsible for the submission of copies of payrolls by all

subcontractors. Contractors and subcontractors shall maintain the full social security number and

current address of each covered worker, and shall provide them upon request to the contracting agency

for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of

Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is

not a violation of this section for a prime contractor to require a subcontractor to provide addresses and

social security numbers to the prime contractor for its own records, without weekly submission to the

contracting agency..

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the

contractor or subcontractor or his or her agent who pays or supervises the payment of the persons

employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under

§5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under

§5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on

the contract during the payroll period has been paid the full weekly wages earned, without rebate,

either directly or indirectly, and that no deductions have been made either directly or indirectly from

the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

Page 356: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 23 of 53

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe

benefits or cash equivalents for the classification of work performed, as specified in the applicable

wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set forth on the reverse side of

Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of

Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to

civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United

States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section

available for inspection, copying, or transcription by authorized representatives of the contracting

agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives

to interview employees during working hours on the job. If the contractor or subcontractor fails to

submit the required records or to make them available, the FHWA may, after written notice to the

contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the

suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the

required records upon request or to make such records available may be grounds for debarment action

pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed

when they are employed pursuant to and individually registered in a bona fide apprenticeship program

registered with the U.S. Department of Labor, Employment and Training Administration, Office of

Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency

recognized by the Office, or if a person is employed in his or her first 90 days of probationary

employment as an apprentice in such an apprenticeship program, who is not individually registered in

the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor

Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary

employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be

greater than the ratio permitted to the contractor as to the entire work force under the registered

program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise

employed as stated above, shall be paid not less than the applicable wage rate on the wage

determination for the classification of work actually performed. In addition, any apprentice performing

work on the job site in excess of the ratio permitted under the registered program shall be paid not less

than the applicable wage rate on the wage determination for the work actually performed. Where a

contractor is performing construction on a project in a locality other than that in which its program is

registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate)

specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the

apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the

applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the

Page 357: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 24 of 53

provisions of the apprenticeship program. If the apprenticeship program does not specify fringe

benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination

for the applicable classification. If the Administrator determines that a different practice prevails for

the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State

Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program,

the contractor will no longer be permitted to utilize apprentices at less than the applicable

predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the

predetermined rate for the work performed unless they are employed pursuant to and individually

registered in a program which has received prior approval, evidenced by formal certification by the

U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan

approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's

level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable

wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the

trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full

amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and

Hour Division determines that there is an apprenticeship program associated with the corresponding

journeyman wage rate on the wage determination which provides for less than full fringe benefits for

apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating

in a training plan approved by the Employment and Training Administration shall be paid not less than

the applicable wage rate on the wage determination for the classification of work actually performed.

In addition, any trainee performing work on the job site in excess of the ratio permitted under the

registered program shall be paid not less than the applicable wage rate on the wage determination for

the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program,

the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined

rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this

part shall be in conformity with the equal employment opportunity requirements of Executive Order

11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been

certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway

construction programs are not subject to the requirements of paragraph 4 of this Section IV. The

straight time hourly wage rates for apprentices and trainees under such programs will be established by

the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than

permitted by the terms of the particular program.

Page 358: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 25 of 53

5. Compliance with Copeland Act requirements. The contractor shall comply with the

requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts

and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The

prime contractor shall be responsible for the compliance by any subcontractor or lower tier

subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be

grounds for termination of the contract, and for debarment as a contractor and a subcontractor as

provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of

the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by

reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this

contract shall not be subject to the general disputes clause of this contract. Such disputes shall be

resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6,

and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its

subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their

representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or

firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded

Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a

Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of

$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act.

These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As

used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract

work which may require or involve the employment of laborers or mechanics shall require or permit

any such laborer or mechanic in any workweek in which he or she is employed on such work to work

in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a

rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty

hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the

clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible

Page 359: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 26 of 53

therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be

liable to the United States (in the case of work done under contract for the District of Columbia or a

territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall

be computed with respect to each individual laborer or mechanic, including watchmen and guards,

employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for

each calendar day on which such individual was required or permitted to work in excess of the

standard workweek of forty hours without payment of the overtime wages required by the clause set

forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency

shall upon its own action or upon written request of an authorized representative of the Department of

Labor withhold or cause to be withheld, from any moneys payable on account of work performed by

the contractor or subcontractor under any such contract or any other Federal contract with the same

prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and

Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to

be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and

liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth

in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include

these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance

by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through

(4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT

This provision is applicable to all Federal-aid construction contracts on the National Highway System.

1. The contractor shall perform with its own organization contract work amounting to not less than 30

percent (or a greater percentage if specified elsewhere in the contract) of the total original contract

price, excluding any specialty items designated by the contracting agency. Specialty items may be

performed by subcontract and the amount of any such specialty items performed may be deducted

from the total original contract price before computing the amount of work required to be performed

by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the

prime contractor, and equipment owned or rented by the prime contractor, with or without operators.

Such term does not include employees or equipment of a subcontractor or lower tier subcontractor,

agents of the prime contractor, or any other assignees. The term may include payments for the costs of

hiring leased employees from an employee leasing firm meeting all relevant Federal and State

regulatory requirements. Leased employees may only be included in this term if the prime contractor

meets all of the following conditions:

(1) the prime contractor maintains control over the supervision of the day-to-day activities of the

leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on

the project; and

Page 360: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 27 of 53

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum

wages, the submission of payrolls, statements of compliance and all other Federal regulatory

requirements.

b. "Specialty Items" shall be construed to be limited to work that requires highly specialized

knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations

qualified and expected to bid or propose on the contract as a whole and in general are to be limited to

minor components of the overall contract.

2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is

computed includes the cost of material and manufactured products which are to be purchased or

produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the

firm, has full authority to direct performance of the work in accordance with the contract requirements,

and is in charge of all construction operations (regardless of who performs the work) and (b) such

other of its own organizational resources (supervision, management, and engineering services) as the

contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written

consent of the contracting officer, or authorized representative, and such consent when given shall not

be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written

consent will be given only after the contracting agency has assured that each subcontract is evidenced

in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts;

however, contracting agencies may establish their own self-performance requirements.

VII. SAFETY: ACCIDENT PREVENTION

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

1. In the performance of this contract the contractor shall comply with all applicable Federal, State,

and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all

safeguards, safety devices and protective equipment and take any other needed actions as it determines,

or as the contracting officer may determine, to be reasonably necessary to protect the life and health of

employees on the job and the safety of the public and to protect property in connection with the

performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of each subcontract, which the

contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not

permit any employee, in performance of the contract, to work in surroundings or under conditions

which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under

construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in

accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized

representative thereof, shall have right of entry to any site of contract performance to inspect or

investigate the matter of compliance with the construction safety and health standards and to carry out

Page 361: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 28 of 53

the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act

(40 U.S.C.3704).

VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

In order to assure high quality and durable construction in conformity with approved plans and

specifications and a high degree of reliability on statements and representations made by engineers,

contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons

concerned with the project perform their functions as carefully, thoroughly, and honestly as possible.

Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a

violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and

similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in

one or more places where it is readily available to all persons concerned with the project:

18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or

whoever, whether a person, association, firm, or corporation, knowingly makes any false statement,

false representation, or false report as to the character, quality, quantity, or cost of the material used or

to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in

connection with the submission of plans, maps, specifications, contracts, or costs of construction on

any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false representation, false report or false claim with

respect to the character, quality, quantity, or cost of any work performed or to be performed, or

materials furnished or to be furnished, in connection with the construction of any highway or related

project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false representation as to material fact in any

statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act

approved July 1, 1916, (39 Stat. 355), as amended and supplemented;

Shall be fined under this title or imprisoned not more than 5 years or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION

CONTROL ACT

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the

bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed

to have stipulated as follows:

1. That any person who is or will be utilized in the performance of this contract is not prohibited from

receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the

Clean Air Act.

Page 362: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 29 of 53

2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of

this Section X in every subcontract, and further agrees to take such action as the contracting agency

may direct as a means of enforcing such requirements.

X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND

VOLUNTARY EXCLUSION

This provision is applicable to all Federal-aid construction contracts, design-build contracts,

subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any

other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as

defined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier participant is providing the

certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in

denial of participation in this covered transaction. The prospective first tier participant shall submit an

explanation of why it cannot provide the certification set out below. The certification or explanation

will be considered in connection with the department or agency's determination whether to enter into

this transaction. However, failure of the prospective first tier participant to furnish a certification or an

explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact upon which reliance was placed

when the contracting agency determined to enter into this transaction. If it is later determined that the

prospective participant knowingly rendered an erroneous certification, in addition to other remedies

available to the Federal Government, the contracting agency may terminate this transaction for cause

of default.

d. The prospective first tier participant shall provide immediate written notice to the contracting

agency to whom this proposal is submitted if any time the prospective first tier participant learns that

its certification was erroneous when submitted or has become erroneous by reason of changed

circumstances.

e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person,"

"principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and

1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or

subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier

Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such

as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered

transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor).

“Lower Tier Participant” refers any participant who has entered into a covered transaction with a First

Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this proposal that, should the proposed

covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction

with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from

Page 363: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 30 of 53

participation in this covered transaction, unless authorized by the department or agency entering into

this transaction.

g. The prospective first tier participant further agrees by submitting this proposal that it will include

the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary

Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency,

entering into this covered transaction, without modification, in all lower tier covered transactions and

in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in

a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded

from the covered transaction, unless it knows that the certification is erroneous. A participant is

responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to

participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of

any lower tier prospective participants, each participant may, but is not required to, check the Excluded

Parties List System website (https://www.epls.gov/), which is compiled by the General Services

Administration.

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of

records in order to render in good faith the certification required by this clause. The knowledge and

information of the prospective participant is not required to exceed that which is normally possessed

by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a

covered transaction knowingly enters into a lower tier covered transaction with a person who is

suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in

addition to other remedies available to the Federal Government, the department or agency may

terminate this transaction for cause or default.

* * * * *

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier

Participants:

a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its

principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from participating in covered transactions by any Federal department or agency;

(2) Have not within a three-year period preceding this proposal been convicted of or had a civil

judgment rendered against them for commission of fraud or a criminal offense in connection with

obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract

under a public transaction; violation of Federal or State antitrust statutes or commission of

embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,

or receiving stolen property;

Page 364: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 31 of 53

(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental

entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2)

of this certification; and

(4) Have not within a three-year period preceding this application/proposal had one or more public

transactions (Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify to any of the statements in this certification,

such prospective participant shall attach an explanation to this proposal.

2. Instructions for Certification - Lower Tier Participants:

(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior

FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification

set out below.

b. The certification in this clause is a material representation of fact upon which reliance was placed

when this transaction was entered into. If it is later determined that the prospective lower tier

participant knowingly rendered an erroneous certification, in addition to other remedies available to the

Federal Government, the department, or agency with which this transaction originated may pursue

available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate written notice to the person to

which this proposal is submitted if at any time the prospective lower tier participant learns that its

certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person,"

"principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and

1200. You may contact the person to which this proposal is submitted for assistance in obtaining a

copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between

a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract).

“Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered

Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered

into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general

contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction

with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed

covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction

with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from

participation in this covered transaction, unless authorized by the department or agency with which this

transaction originated.

f. The prospective lower tier participant further agrees by submitting this proposal that it will include

this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary

Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered

transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

Page 365: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 32 of 53

g. A participant in a covered transaction may rely upon a certification of a prospective participant in

a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded

from the covered transaction, unless it knows that the certification is erroneous. A participant is

responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to

participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of

any lower tier prospective participants, each participant may, but is not required to, check the Excluded

Parties List System website (https://www.epls.gov/), which is compiled by the General Services

Administration.

h. Nothing contained in the foregoing shall be construed to require establishment of a system of

records in order to render in good faith the certification required by this clause. The knowledge and

information of participant is not required to exceed that which is normally possessed by a prudent

person in the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e of these instructions, if a participant in a

covered transaction knowingly enters into a lower tier covered transaction with a person who is

suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in

addition to other remedies available to the Federal Government, the department or agency with which

this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * *

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower

Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its

principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily

excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this

certification, such prospective participant shall attach an explanation to this proposal.

* * * * *

XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts

which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of

his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,

to any person for influencing or attempting to influence an officer or employee of any Federal agency,

a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress

in connection with the awarding of any Federal contract, the making of any Federal grant, the making

of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,

renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

Page 366: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 33 of 53

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person

for influencing or attempting to influence an officer or employee of any Federal agency, a Member of

Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection

with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and

submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its

instructions.

2. This certification is a material representation of fact upon which reliance was placed when this

transaction was made or entered into. Submission of this certification is a prerequisite for making or

entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required

certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for

each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall

require that the language of this certification be included in all lower tier subcontracts, which exceed

$100,000 and that all such recipients shall certify and disclose accordingly.

Page 367: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 34 of 53

EXHIBIT B

TITLE VI CONTRACTOR ASSURANCES

During the performance of this Contract, the contractor, for itself, its assignees and successors in interest

(hereinafter referred to as the "Contractor") agrees as follows:

1. Compliance with Regulations: The Contractor shall comply with the regulations relative to nondiscrimination

in federally assisted programs of the United States Department of Transportation (hereinafter, "USDOT”), Title

49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as

the "Regulations"), which are herein incorporated by reference and made a part of this contract.

2. Nondiscrimination: The Contractor, with regard to the work performed by it during the Contract, shall not

discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of

subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate

either directly or indirectly in the discrimination prohibited by Subsection 5 of the Regulations, including

employment practices when the Contract covers a program set forth in Appendix B of the Regulations.

3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment:

In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed

under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or

supplier shall be notified by the Contractor of the Contractor’s obligations under this contract and the Regulations

relative to nondiscrimination on the grounds of race, color, national origin, sex, age, or disability.

4. Information and Reports: The Contractor shall provide all information and reports required by the

Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other

sources of information, and its facilities as may be determined by the Connecticut Department of Transportation

(ConnDOT) or the Funding Agency (FHWA, FTA and FAA) to be pertinent to ascertain compliance with such

Regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive

possession of another who fails or refuses to furnish this information, the Contractor shall so certify to ConnDOT

or the Funding Agency, as appropriate, and shall set forth what efforts it has made to obtain the information.

5. Sanctions for Noncompliance: In the event of the Contractor’s noncompliance with the nondiscrimination

provisions of this Contract, the ConnDOT shall impose such sanctions as it or the Funding Agency may

determine to be appropriate, including, but not limited to:

A. Withholding contract payments until the Contractor is in-compliance; and/or

B. Cancellation, termination, or suspension of the Contract, in whole or in part.

6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs 1 through 5 in every

subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or

directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or

procurement as the ConnDOT or the Funding Agency may -direct as a means of enforcing such provisions

including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or

is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may

request the ConnDOT to enter into such litigation to protect the interests of the Funding Agency, and, in addition,

the Contractor may request the United States to enter into such litigation to protect the interests of the United

States

Page 368: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 35 of 53

EXHIBIT C

CONTRACTOR WORKFORCE UTILIZATION (FEDERAL EXECUTIVE ORDER 11246) /

EQUAL EMPLOYMENT OPPORTUNITY

(Federal - FHWA)

1. Project Workforce Utilization Goals:

These goals are applicable to all the Contractor’s construction work (whether or not it is

Federal or Federally assisted or funded) performed in the covered area. If the contractor

performs construction work in a geographical area located outside of the covered area, it shall

apply the goals established for the geographical area where the work is actually performed.

Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work

involving any construction trade, it shall physically include in each subcontract in excess of

$10,000 the provisions of these specifications which contain the applicable goals for minority

and female participation.

The goals for minority and female utilization are expressed in percentage terms for the contractor’s

aggregate work-force in each trade on all construction work in the covered area, are referenced in

the attached Appendix A.

2. Executive Order 11246

The Contractor’s compliance with Executive Order 11246 and 41-CFR Part 60-4 shall be based on

its implementation of the specific affirmative action obligations required by the specifications set

forth in 41 CFR 60-4.3(A) and its efforts to meet the goals established for the geographical area

where the contract is to be performed. The hours of minority and female employment and training

must be substantially uniform throughout the length of the contract, and in each trade, and the

contractor shall make a good faith effort to employ minorities and women evenly on each of its

projects. The transfer of minority or female employees or trainees from contractor to contractor or

from project to project for the sole purpose of meeting the contractor’s goals shall be a violation of

the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the

goals will be measured against the total work hour performed.

If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the

U.S. Department of Labor in the covered area either individually or through an association, its

affirmative action obligations on all work in the Plan area (including goals and timetables) shall be

in accordance with that Plan for those trades which have unions participating in the Plan.

Contractors must be able to demonstrate their participation in and compliance with the provisions of

any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is

individually required to comply with its obligations under the EEO clause, and to make a good faith

effort to achieve each goal under the Plan in each trade in which it has employees. The overall good

faith performance by other Contractors or subcontractors toward a goal in an approved Pan does not

excuse any covered Contractor’s of subcontractor’s failure to take good faith efforts to achieve the

plan goals and timetables.

The Contractor shall implement the specific affirmative action standards provided in a through p of

these specifications. The goals set forth in the solicitation from which this contract resulted are

expressed as percentages of the total hours of employment and training of minority and

Page 369: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 36 of 53

female utilization the Contractor should reasonably be able to achieve in each construction trade in

which it has employees in the covered area. Covered Construction contractors performing

construction work in geographical areas where they do not have a federal or federally assisted

construction contract shall apply the minority and female goals established for the geographical area

where the work is being performed. Goals are published periodically in the Federal Register in

notice form and such notices may be obtained from any Office of Federal Contract Compliance

Programs (OFCCP) Office or from Federal procurement contracting officers. The Contractor is

expected to make substantially uniform progress in meeting its goals in each craft during the period

specified.

Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom

the Contractor has a collective bargaining agreement, to refer either minorities or women shall

excuse the Contractors obligations under these specifications, Executive Order 11246, or the

regulations promulgated pursuant hereto.

In order for the nonworking training hours of apprentices and trainees to be counted in meeting the

goals, such apprentices and trainees must be employed by the Contractor during the training period,

and the Contractor must have made a commitment to employ the apprentices and trainees at the

completion of their training, subject to the availability of employment opportunities. Trainees must

be trained pursuant to training programs approved by the U.S. Department of Labor.

The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The

evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to

achieve maximum results from its actions. The Contractor shall document these efforts fully, and

shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion

at all sites; and in all facilities at which the Contractor’s employees are assigned to work.

The Contractor, where possible, will assign two or more women to each construction

project. The Contractor shall specifically ensure that all foremen, superintendents, and other

on-site supervisory personnel are aware of and carry out the Contractor’s obligation to

maintain such a working environment, with specific attention to minority or female

individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide

written notification to minority and female recruitment sources and to community

organizations when the Contractor or its unions have employment opportunities available,

and maintain a record of the organizations’ responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and

female off the street applicant and minority or female referral from a union, a recruitment

source or community organization and of what action was taken with respect to each such

individual. If such individual was sent to the union hiring hall for referral and was not

referred back to the Contractor by the union or, if referred, not employed by the Contractor,

this shall be documented in the file with the reason thereafter; along with whatever

additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the Union or Unions with which

the Contractor has a collective bargaining agreement has not referred to the Contractor a

minority person or women sent by the Contractor, or when the Contractor has other

Page 370: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 37 of 53

information that the Union referral process has impeded the Contractor’s efforts to meet its

obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area

which expressly include minorities and women, including upgrading programs and

apprenticeship and trainee programs relevant to the Contractor’s employment needs,

especially those programs funded or approved by the Department of Labor. The Contractor

shall provide notice of these programs to the sources compiled under b above.

f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and

training programs and requesting their cooperation in assisting the Contractor in meeting its

EEO obligations; by including it in any policy manual and collective bargaining agreement;

by publicizing it in the company newspaper, annual report, etc.; by specific review of the

policy with all management personnel and with all minority and female employees at least

once a year; and by posting the company EEO Policy on bulletin boards accessible to all

employees at each location where construction work is performed.

g. Review, at least annually, the company EEO Policy and affirmative action obligations under

these specifications with all employees having any responsibility for hiring, assignment,

layoff, termination or other employment, decisions including specific Foreman, etc. prior to

the initiation of construction work at any job site. A written record shall be made and

maintained identifying the time and place of these meetings, persons attending, subject

matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor’s EEO Policy externally by including it in any advertising in the

news media, specifically including minority and female news media, and providing written

notification to and discussing the Contractor’s EEO policy with other Contractors and

subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority female and community

organizations, to schools with minority and female students and to minority and female

recruitment and training organizations serving the Contractor’s recruitment area and

employment needs. Not later than one month prior to the date for the acceptance of

applications for apprenticeship or other training by any recruitment source, the contractor

shall send written notification to organizations such as the above, describing the openings,

screening procedures and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and

women and, where reasonable, provide after school, summer and vacation employment to

minority and female youth both on the site and in other areas of a Contractor’s work-force.

k. Validate all tests and other selection requirements where there is an obligation to do so

under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female

personnel for promotional opportunities and encourage these employees to seek or to

prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel

practices, do not have a discriminatory effect by continually monitoring all personnel and

Page 371: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 38 of 53

employment related activities to ensure that the EEO policy and the Contractor’s obligations

under these specifications are being carried out.

n. Ensure that all facilities and company activities are non-segregated except that separate or

single user toilet and necessary changing facilities shall be provided to assure privacy

between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority

and female construction contractors and suppliers, including circulation of solicitations to

minority and female contractor associations and other business associations.

p. Conduct a review at least annually of all supervisors’ adherence to and performance under

the Contractor’s EEO policies and affirmative action obligations.

Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or

more of their affirmative action obligations (a through p). The efforts of a contractor association,

joint contractor union, contractor community, or other similar group of which the contractor is a

member and participant, may be asserted as fulfilling any one or more of its obligations under a

through p of these specifications provided that the contractor actively participates in the group,

makes every effort to assure that the group has a positive impact on the employment of minorities

and women in the industry, ensures that the concrete benefits of the program are reflected in the

Contractor’s minority and female work-force participation, makes a good faith effort to meet with

individual goals and timetables, and can provide access to documentation which demonstrates the

effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is

the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the

Contractor’s noncompliance.

A single goal for minorities and a separate single goal for women have been established. The

Contractor, however, is required to provide equal employment opportunity and to take affirmative

action for all minority groups, both male and female, and all women, both minority and non-

minority. Consequently, the Contractor may be in violation of Executive Order 11246 if a

particular group is employed in a substantially disparate manner, (for example, even though the

Contractor has achieved its goals for women generally, the Contractor may be in violation of the

Executive Order if a specific minority group of women is under utilized).

The Contractor shall not use the goals and timetables or affirmative action standards to discriminate

against any person because of race, color, religion, sex, or national origin.

The Contractor shall not enter into any Subcontract with any person or firm debarred from

Government contracts pursuant to Executive Order 11246.

The Contractor shall carry out such sanctions and penalties for violation of these specifications and

of the Equal Opportunity Clause, including suspension, termination and cancellation of existing

subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its

implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor

who fails to carry out such sanctions and penalties shall be in violation of these specifications and

Executive Order 11246, as amended.

The Contractor, in fulfilling its obligations under these specifications, shall implement specific

affirmative action steps, at least as extensive as those standards prescribed in these

Page 372: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 39 of 53

specifications, so as to achieve maximum results from its efforts to ensure equal employment

opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the

implementing regulations, or these specifications, the Director shall proceed in accordance with 41

CFR 60-4 8.

The Contractor shall designate a responsible official to monitor all employment related activity to

ensure that the company EEO policy is being carried out, to submit reports relating to the provisions

hereof as may be required by the Government and to keep records. Records shall at least include

for each employee the name, address, telephone numbers, construction trade, union affiliation if

any, employee identification number when assigned, social security number, race, sex, status, (e.g.

mechanic, apprentice, trainee, helper, or laborer) dates of changes in status, hours worked per week

in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be

maintained in an easily understandable and retrievable form; however, to the degree that existing

records satisfy this requirement, contractors shall not be required to maintain separate records.

Nothing herein provided shall be construed as a limitation upon the application of their laws which

establish different standards of compliance or upon the application of requirements for the hiring of

local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the

Community Development Block Grant Program).

The Director of the Office of Federal Contract Compliance Programs, from time to time, shall issue

goals and timetables for minority and female utilization which shall be based on appropriate work-

force, demographic or other relevant data and which shall cover construction projects or

construction contracts performed in specific geographical areas. The goals, which shall be

applicable to each construction trade in a covered contractor’s or timetables, shall be published as

notices in the Federal Register, and shall be inserted by the Contracting officers and applicants, as

applicable, in the Notice required by 41 CFR 60-4.2.

Page 373: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 40 of 53

FEDERALLY FUNDED OR ASSISTED PROJECTS

APPENDIX A

(Labor Market Goals)

Standard Metropolitan Statistical Area (SMSA)

Female Minority

Bridgeport – Stamford – Norwalk – Danbury 10.2%

6.9%

Bethel Bridgeport Brookfield Danbury

Darien Derby Easton Fairfield

Greenwich Milford Monroe New Canaan

New Fairfield Newton Norwalk Redding

Shelton Stamford Stratford Trumbull

Weston Westport Wilton

Hartford – Bristol – New Britain 6.9%

6.9%

Andover Avon Berlin Bloomfield

Bolton Bristol Burlington Canton

Colchester Columbia Coventry Cromwell

East Granby East Hampton East Hartford East Windsor

Ellington Enfield Farmington Glastonbury

Granby Hartford Hebron Manchester

Marlborough New Britain New Hartford Newington

Plainville Plymouth Portland Rocky Hill

Simsbury South Windsor Southington Stafford

Suffield Tolland Vernon West Hartford

Wethersfield Willington Windsor Windsor Locks

New Haven – Waterbury – Meriden 9.0%

6.9%

Beacon Falls Bethany Branford Cheshire

Clinton East Haven Guilford Hamden

Madison Meriden Middlebury Naugatuck

New Haven North Branford North Haven Orange

Prospect Southbury Thomaston Wallingford

Waterbury Watertown West Haven Wolcott

Woodbridge Woodbury

New London – Norwich 4.5%

6.9%

Bozrah East Lyme Griswold Groton

Ledyard Lisbon Montville New London

Norwich Old Lyme Old Saybrook Preston

Sprague Stonington Waterford

Page 374: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 41 of 53

Non SMSA

Female Minority

Litchfield – Windham 5.9%

6.9%

Abington Ashford Ballouville Bantam

Barkhamsted Bethlehem Bridgewater Brooklyn

Canaan Canterbury Central Village Cahplin

Colebrook Cornwall Cornwall Bridge Danielson

Dayville East Canaan East Killingly East Woodstock

Eastford Falls Village Gaylordsville Goshen

Grosvenor Dale Hampton Harwinton Kent

Killignly Lakeside Litchfield Moosup

Morris New Milford New Preston New Preston Marble Dale

Norfolk North Canaan No. Grosvenordale North Windham

Oneco Pequabuck Pine Meadow Plainfield

Pleasant Valley Pomfret Pomfret Center Putnam

Quinebaug Riverton Rogers Roxbury

Salisbury Scotland Sharon South Kent

South Woodstock Sterling Taconic Terryville

Thompson Torrington Warren Warrenville

Washington Washington Depot Wauregan West Cornwall

Willimantic Winchester Winchester Center Windham

Winsted Woodstock Woodstock Valley

Page 375: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 42 of 53

EXHIBIT D

Health Insurance Portability and Accountability Act of 1996 (“HIPAA”).

(a) If the Contactor is a Business Associate under the requirements of the Health Insurance

Portability and Accountability Act of 1996 (“HIPAA”), the Contractor must comply with

all terms and conditions of this Section of the Contract. If the Contractor is not a Business

Associate under HIPAA, this Section of the Contract does not apply to the Contractor for

this Contract.

(b) The Contractor is required to safeguard the use, publication and disclosure of information

on all applicants for, and all clients who receive, services under the Contract in accordance

with all applicable federal and state law regarding confidentiality, which includes but is not

limited to HIPAA, more specifically with the Privacy and Security Rules at 45 C.F.R. Part

160 and Part 164, subparts A, C, and E; and

(c) The State of Connecticut Agency named on page 1 of this Contract (hereinafter the

“Department”) is a “covered entity” as that term is defined in 45 C.F.R. § 160.103; and

(d) The Contractor, on behalf of the Department, performs functions that involve the use or

disclosure of “individually identifiable health information,” as that term is defined in 45

C.F.R. § 160.103; and

(e) The Contractor is a “business associate” of the Department, as that term is defined in 45

C.F.R. § 160.103; and

(f) The Contractor and the Department agree to the following in order to secure compliance

with the HIPAA, the requirements of Subtitle D of the Health Information Technology for

Economic and Clinical Health Act (hereinafter the HITECH Act), (Pub. L. 111-5, sections

13400 to 13423), and more specifically with the Privacy and Security Rules at 45 C.F.R.

Part 160 and Part 164, subparts A, C, and E.

(g) Definitions

(1) “Breach shall have the same meaning as the term is defined in section 13400 of the

HITECH Act (42 U.S.C. §17921(1))

(2) “Business Associate” shall mean the Contractor.

(3) “Covered Entity” shall mean the Department of the State of Connecticut named on page

1 of this Contract.

(4) “Designated Record Set” shall have the same meaning as the term “designated record

set” in 45 C.F.R. § 164.501.

(5) “Electronic Health Record” shall have the same meaning as the term is defined in

section 13400 of the HITECH Act (42 U.S.C. §17921(5))

Page 376: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 43 of 53

(6) “Individual” shall have the same meaning as the term “individual”’ in 45 C.F.R. §

160.103 and shall include a person who qualifies as a personal representative as defined

in 45 C.F.R. § 164.502(g).

(7) “Privacy Rule” shall mean the Standards for Privacy of Individually Identifiable Health

Information at 45 C.F.R. part 160 and parts 164, subparts A and E.

(8) “Protected Health Information” or “PHI” shall have the same meaning as the term

“protected health information” in 45 C.F.R. § 160.103, limited to information created or

received by the Business Associate from or on behalf of the Covered Entity.

(9) “Required by Law”’ shall have the same meaning as the term “required by law” in 45

C.F.R. § 164.103.

(10) “Secretary” shall mean the Secretary of the Department of Health and Human Services

or his designee.

(11) “More stringent” shall have the same meaning as the term “more stringent” in 45

C.F.R. § 160.202.

(12) “This Section of the Contract” refers to the HIPAA Provisions stated herein, in their

entirety.

(13) “Security Incident” shall have the same meaning as the term “security incident” in

45 C.F.R.§ 164.304.

(14) “Security Rule” shall mean the Security Standards for the Protection of Electronic

Protected Health Information at 45 C.F.R. part 160 and parts 164, subpart A and C.

(15) “Unsecured protected health information” shall have the same meaning

as the term as defined in section 13402(h)(1)(A) of HITECH. Act. (42

U.S.C. §17932(h)(1)(A)).

(h) Obligations and Activities of Business Associates.

(1) Business Associate agrees not to use or disclose PHI other than as permitted or required

by this Section of the Contract or as Required by Law.

(2) Business Associate agrees to use appropriate safeguards to prevent use or disclosure of

PHI other than as provided for in this Section of the Contract.

(3) Business Associate agrees to use administrative, physical and technical safeguards that

reasonably and appropriately protect the confidentiality, integrity, and availability of

electronic protected health information that it creates, receives, maintains, or transmits

on behalf of the Covered Entity.

(4) Business Associate agrees to mitigate, to the extent practicable, any harmful effect that

is known to the Business Associate of a use or disclosure of PHI by Business Associate

in violation of this Section of the Contract.

Page 377: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 44 of 53

(5) Business Associate agrees to report to Covered Entity any use or disclosure of PHI not

provided for by this Section of the Contract or any security incident of which it

becomes aware.

(6) Business Associate agrees to insure that any agent, including a subcontractor, to whom

it provides PHI received from, or created or received by Business Associate, on behalf

of the Covered Entity, agrees to the same restrictions and conditions that apply through

this Section of the Contract to Business Associate with respect to such information.

(7) Business Associate agrees to provide access, at the request of the Covered Entity, and in

the time and manner agreed to by the parties, to PHI in a Designated Record Set, to

Covered Entity or, as directed by Covered Entity, to an Individual in order to meet the

requirements under 45 C.F.R. § 164.524.

(8) Business Associate agrees to make any amendments to PHI in a Designated Record Set

that the Covered Entity directs or agrees to pursuant to 45 C.F.R. § 164.526 at the

request of the Covered Entity, and in the time and manner agreed to by the parties.

(9) Business Associate agrees to make internal practices, books, and records, including

policies and procedures and PHI, relating to the use and disclosure of PHI received

from, or created or received by, Business Associate on behalf of Covered Entity,

available to Covered Entity or to the Secretary in a time and manner agreed to by the

parties or designated by the Secretary, for purposes of the Secretary determining

Covered Entity’s compliance with the Privacy Rule.

(10)Business Associate agrees to document such disclosures of PHI and information related

to such disclosures as would be required for Covered Entity to respond to a request by

an Individual for an accounting of disclosures of PHI in accordance with 45 C.F.R.

§ 164.528 and section 13405 of the HITECH Act (42 U.S.C. § 17935) and any

regulations promulgated thereunder.

(11)Business Associate agrees to provide to Covered Entity, in a time and manner agreed to

by the parties, information collected in accordance with clause h. (10) of this Section of

the Contract, to permit Covered Entity to respond to a request by an Individual for an

accounting of disclosures of PHI in accordance with 45 C.F.R. § 164.528 and section

13405 of the HITECH Act (42 U.S.C. § 17935) and any regulations promulgated

thereunder. Business Associate agrees at the Covered Entity’s direction to provide an

accounting of disclosures of PHI directly to an individual in accordance with 45 C.F.R.

§ 164.528 and section 13405 of the HITECH Act (42 U.S.C. § 17935) and any

regulations promulgated thereunder.

(12)Business Associate agrees to comply with any state or federal law that is more stringent

than the Privacy Rule.

(13) Business Associate agrees to comply with the requirements of the HITECH Act

relating to privacy and security that are applicable to the Covered Entity and with the

requirements of 45 C.F.R. sections 164.504(e), 164.308, 164.310, 164.312, and

164.316.

Page 378: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 45 of 53

(14) In the event that an individual requests that the Business Associate (a) restrict

disclosures of PHI; (b) provide an accounting of disclosures of the individual’s PHI; or

(c) provide a copy of the individual’s PHI in an electronic health record, the Business

Associate agrees to notify the covered entity, in writing, within two business days of the

request.

(15) Business Associate agrees that it shall not, directly or indirectly, receive any

remuneration in exchange for PHI of an individual without (1) the written approval of

the covered entity, unless receipt of remuneration in exchange for PHI is expressly

authorized by this Contract and (2) the valid authorization of the individual, except for

the purposes provided under section 13405(d)(2) of the HITECH Act,(42 U.S.C. §

17935(d)(2)) and in any accompanying regulations

(16) Obligations in the Event of a Breach

A. The Business Associate agrees that, following the discovery of a breach of

unsecured protected health information, it shall notify the Covered Entity of such

breach in accordance with the requirements of section 13402 of HITECH (42 U.S.C.

17932(b) and the provisions of this Section of the Contract.

B. Such notification shall be provided by the Business Associate to the Covered Entity

without unreasonable delay, and in no case later than 30 days after the breach is

discovered by the Business Associate, except as otherwise instructed in writing by a

law enforcement official pursuant to section 13402 (g) of HITECH (42 U.S.C.

17932(g)) . A breach is considered discovered as of the first day on which it is, or

reasonably should have been, known to the Business Associate. The notification

shall include the identification and last known address, phone number and email

address of each individual (or the next of kin of the individual if the individual is

deceased) whose unsecured protected health information has been, or is reasonably

believed by the Business Associate to have been, accessed, acquired, or disclosed

during such breach.

C. The Business Associate agrees to include in the notification to the Covered Entity at

least the following information:

1. A brief description of what happened, including the date of the breach and the

date of the discovery of the breach, if known.

2. A description of the types of unsecured protected health information that were

involved in the breach (such as full name, Social Security number, date of birth,

home address, account number, or disability code).

3. The steps the Business Associate recommends that individuals take to protect

themselves from potential harm resulting from the breach.

4. A detailed description of what the Business Associate is doing to investigate the

breach, to mitigate losses, and to protect against any further breaches.

5. Whether a law enforcement official has advised either verbally or in writing the

Business Associate that he or she has determined that notification or notice to

Page 379: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 46 of 53

individuals or the posting required under section 13402 of the HITECH Act

would impede a criminal investigation or cause damage to national security and;

if so, include contact information for said official.

D. Business Associate agrees to provide appropriate staffing and have established

procedures to ensure that individuals informed by the Covered Entity of a breach by

the Business Associate have the opportunity to ask questions and contact the

Business Associate for additional information regarding the breach. Such

procedures shall include a toll-free telephone number, an e-mail address, a posting

on its Web site and a postal address. Business Associate agrees to include in the

notification of a breach by the Business Associate to the Covered Entity, a written

description of the procedures that have been established to meet these requirements.

Costs of such contact procedures will be borne by the Contractor.

E. Business Associate agrees that, in the event of a breach, it has the burden to

demonstrate that it has complied with all notifications requirements set forth above,

including evidence demonstrating the necessity of a delay in notification to the

Covered Entity.

(i) Permitted Uses and Disclosure by Business Associate.

(1) General Use and Disclosure Provisions Except as otherwise limited in this Section of

the Contract, Business Associate may use or disclose PHI to perform functions,

activities, or services for, or on behalf of, Covered Entity as specified in this Contract,

provided that such use or disclosure would not violate the Privacy Rule if done by

Covered Entity or the minimum necessary policies and procedures of the Covered

Entity.

(2) Specific Use and Disclosure Provisions

(A) Except as otherwise limited in this Section of the Contract, Business Associate may

use PHI for the proper management and administration of Business Associate or to

carry out the legal responsibilities of Business Associate.

(B) Except as otherwise limited in this Section of the Contract, Business Associate may

disclose PHI for the proper management and administration of Business Associate,

provided that disclosures are Required by Law, or Business Associate obtains

reasonable assurances from the person to whom the information is disclosed that it

will remain confidential and used or further disclosed only as Required by Law or

for the purpose for which it was disclosed to the person, and the person notifies

Business Associate of any instances of which it is aware in which the confidentiality

of the information has been breached.

(C) Except as otherwise limited in this Section of the Contract, Business Associate may

use PHI to provide Data Aggregation services to Covered Entity as permitted by 45

C.F.R. § 164.504(e)(2)(i)(B).

(j) Obligations of Covered Entity.

Page 380: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 47 of 53

(1) Covered Entity shall notify Business Associate of any limitations in its notice of privacy

practices of Covered Entity, in accordance with 45 C.F.R. § 164.520, or to the extent

that such limitation may affect Business Associate’s use or disclosure of PHI.

(2) Covered Entity shall notify Business Associate of any changes in, or revocation of,

permission by Individual to use or disclose PHI, to the extent that such changes may

affect Business Associate’s use or disclosure of PHI.

(3) Covered Entity shall notify Business Associate of any restriction to the use or disclosure

of PHI that Covered Entity has agreed to in accordance with 45 C.F.R. § 164.522, to the

extent that such restriction may affect Business Associate’s use or disclosure of PHI.

(k) Permissible Requests by Covered Entity. Covered Entity shall not request Business

Associate to use or disclose PHI in any manner that would not be permissible under the

Privacy Rule if done by the Covered Entity, except that Business Associate may use and

disclose PHI for data aggregation, and management and administrative activities of

Business Associate, as permitted under this Section of the Contract.

(l) Term and Termination.

(1) Term. The Term of this Section of the Contract shall be effective as of the date the

Contract is effective and shall terminate when the information collected in accordance

with clause h. (10) of this Section of the Contract is provided to the Covered Entity and

all of the PHI provided by Covered Entity to Business Associate, or created or received

by Business Associate on behalf of Covered Entity, is destroyed or returned to

Covered Entity, or, if it is infeasible to return or destroy PHI, protections are extended

to such information, in accordance with the termination provisions in this Section.

(2) Termination for Cause Upon Covered Entity’s knowledge of a material breach by

Business Associate, Covered Entity shall either:

(A) Provide an opportunity for Business Associate to cure the breach or end the

violation and terminate the Contract if Business Associate does not cure the breach

or end the violation within the time specified by the Covered Entity; or

(B) Immediately terminate the Contract if Business Associate has breached a material

term of this Section of the Contract and cure is not possible; or

(C) If neither termination nor cure is feasible, Covered Entity shall report the violation

to the Secretary.

(3) Effect of Termination

(A) Except as provided in (l)(2) of this Section of the Contract, upon termination of this

Contract, for any reason, Business Associate shall return or destroy all PHI received

from Covered Entity, or created or received by Business Associate on behalf of

Covered Entity. Business Associate shall also provide the information collected in

accordance with clause h. (10) of this Section of the Contract to the Covered Entity

Page 381: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 48 of 53

within ten business days of the notice of termination. This provision shall apply to

PHI that is in the possession of subcontractors or agents of Business Associate.

Business Associate shall retain no copies of the PHI.

(B) In the event that Business Associate determines that returning or destroying the PHI

is infeasible, Business Associate shall provide to Covered Entity notification of the

conditions that make return or destruction infeasible. Upon documentation by

Business Associate that return or destruction of PHI is infeasible, Business

Associate shall extend the protections of this Section of the Contract to such PHI

and limit further uses and disclosures of PHI to those purposes that make return or

destruction infeasible, for as long as Business Associate maintains such PHI.

Infeasibility of the return or destruction of PHI includes, but is not limited to,

requirements under state or federal law that the Business Associate maintains or

preserves the PHI or copies thereof.

(m) Miscellaneous Provisions.

(1) Regulatory References. A reference in this Section of the Contract to a section in the

Privacy Rule means the section as in effect or as amended.

(2) Amendment. The Parties agree to take such action as in necessary to amend this Section

of the Contract from time to time as is necessary for Covered Entity to comply with

requirements of the Privacy Rule and the Health Insurance Portability and

Accountability Act of 1996, Pub. L. No. 104-191.

(3) Survival. The respective rights and obligations of Business Associate shall survive the

termination of this Contract.

(4) Effect on Contract. Except as specifically required to implement the purposes of this

Section of the Contract, all other terms of the Contract shall remain in force and effect.

(5) Construction. This Section of the Contract shall be construed as broadly as necessary to

implement and comply with the Privacy Standard. Any ambiguity in this Section of the

Contract shall be resolved in favor of a meaning that complies, and is consistent with,

the Privacy Standard.

(6) Disclaimer. Covered Entity makes no warranty or representation that compliance with

this Section of the Contract will be adequate or satisfactory for Business Associate’s

own purposes. Covered Entity shall not be liable to Business Associate for any claim,

civil or criminal penalty, loss or damage related to or arising from the unauthorized use

or disclosure of PHI by Business Associate or any of its officers, directors, employees,

contractors or agents, or any third party to whom Business Associate has disclosed PHI

contrary to the provisions of this Contract or applicable law. Business Associate is

solely responsible for all decisions made, and actions taken, by Business Associate

regarding the safeguarding, use and disclosure of PHI within its possession, custody or

control.

(7) Indemnification. The Business Associate shall indemnify and hold the Covered Entity harmless

from and against any and all claims, liabilities, judgments, fines, assessments, penalties, awards and

any statutory damages that may be imposed or assessed pursuant to HIPAA, as amended or the

Page 382: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 49 of 53

HITECH Act, including, without limitation, attorney’s fees, expert witness fees, costs of investigation,

litigation or dispute resolution, and costs awarded thereunder, relating to or arising out of any violation

by the Business Associate and its agents, including subcontractors, of any obligation of Business

Associate and its agents, including subcontractors, under this section of the contract, under HIPAA, the

HITECH Act, the Privacy Rule and the Security Rule.

Page 383: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 50 of 53

CONNECTICUT STATE ELECTIONS ENFORCEMENT COMMISSION EXHIBIT E

Rev. 1/11

Page 1 of 2

Notice to Executive Branch State Contractors and Prospective State

Contractors of Campaign Contribution and Solicitation Limitations

This notice is provided under the authority of Connecticut General Statutes §9-612(g)(2), as amended by P.A.

10-1, and is for the purpose of informing state contractors and prospective state contractors of the following law

(italicized words are defined on the reverse side of this page).

CAMPAIGN CONTRIBUTION AND SOLICITATION LIMITATIONS

No state contractor, prospective state contractor, principal of a state contractor or principal of a prospective state contractor, with

regard to a state contract or state contract solicitation with or from a state agency in the executive branch or a quasi-public agency or a

holder, or principal of a holder of a valid prequalification certificate, shall make a contribution to (i) an exploratory committee or

candidate committee established by a candidate for nomination or election to the office of Governor, Lieutenant Governor, Attorney

General, State Comptroller, Secretary of the State or State Treasurer, (ii) a political committee authorized to make contributions or

expenditures to or for the benefit of such candidates, or (iii) a party committee (which includes town committees).

In addition, no holder or principal of a holder of a valid prequalification certificate, shall make a contribution to (i) an exploratory

committee or candidate committee established by a candidate for nomination or election to the office of State senator or State

representative, (ii) a political committee authorized to make contributions or expenditures to or for the benefit of such candidates, or (iii)

a party committee.

On and after January 1, 2011, no state contractor, prospective state contractor, principal of a state contractor or principal of a prospective

state contractor, with regard to a state contract or state contract solicitation with or from a state agency in the executive branch or a

quasi-public agency or a holder, or principal of a holder of a valid prequalification certificate, shall knowingly solicit contributions from

the state contractor's or prospective state contractor's employees or from a subcontractor or principals of the subcontractor on behalf of

(i) an exploratory committee or candidate committee established by a candidate for nomination or election to the office of Governor,

Lieutenant Governor, Attorney General, State Comptroller, Secretary of the State or State Treasurer, (ii) a political committee authorized

to make contributions or expenditures to or for the benefit of such candidates, or (iii) a party committee.

DUTY TO INFORM State contractors and prospective state contractors are required to inform their principals of the above prohibitions, as applicable, and the

possible penalties and other consequences of any violation thereof.

PENALTIES FOR VIOLATIONS

Contributions or solicitations of contributions made in violation of the above prohibitions may result in the following civil and criminal

penalties:

Civil penalties—Up to $2,000 or twice the amount of the prohibited contribution, whichever is greater, against a principal or a

contractor. Any state contractor or prospective state contractor which fails to make reasonable efforts to comply with the provisions

requiring notice to its principals of these prohibitions and the possible consequences of their violations may also be subject to civil

penalties of up to $2,000 or twice the amount of the prohibited contributions made by their principals.

Criminal penalties—Any knowing and willful violation of the prohibition is a Class D felony, which may subject the violator to

imprisonment of not more than 5 years, or not more than $5,000 in fines, or both.

CONTRACT CONSEQUENCES

In the case of a state contractor, contributions made or solicited in violation of the above prohibitions may resulting the contract being

voided.

In the case of a prospective state contractor, contributions made or solicited in violation of the above prohibitions shall result in the

contract described in the state contract solicitation not being awarded to the prospective state contractor, unless the State Elections

Enforcement Commission determines that mitigating circumstances exist concerning such violation.

The State shall not award any other state contract to anyone found in violation of the above prohibitions for a period of one year after the

election for which such contribution is made or solicited, unless the State Elections Enforcement Commission determines that mitigating

circumstances exist concerning such violation.

Additional information may be found on the website of the State Elections Enforcement Commission, www.ct.gov/seec. Click on the link

to “Lobbyist/Contractor Limitations.”

Page 384: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 51 of 53

CONNECTICUT STATE ELECTIONS ENFORCEMENT COMMISSION

Rev. 1/11

Page 2 of 2

DEFINITIONS “State contractor” means a person, business entity or nonprofit organization that enters into a state contract. Such person, business entity or nonprofit

organization shall be deemed to be a state contractor until December thirty-first of the year in which such contract terminates. “State contractor” does not

include a municipality or any other political subdivision of the state, including any entities or associations duly created by the municipality or political subdivision exclusively amongst themselves to further any purpose authorized by statute or charter, or an employee in the executive or legislative branch

of state government or a quasi-public agency, whether in the classified or unclassified service and full or part-time, and only in such person's capacity as a

state or quasi-public agency employee.

“Prospective state contractor” means a person, business entity or nonprofit organization that (i) submits a response to a state contract solicitation by the

state, a state agency or a quasi-public agency, or a proposal in response to a request for proposals by the state, a state agency or a quasi-public agency, until the contract has been entered into, or (ii) holds a valid prequalification certificate issued by the Commissioner of Administrative Services under

section 4a-100. “Prospective state contractor” does not include a municipality or any other political subdivision of the state, including any entities or

associations duly created by the municipality or political subdivision exclusively amongst themselves to further any purpose authorized by statute or charter, or an employee in the executive or legislative branch of state government or a quasi-public agency, whether in the classified or unclassified

service and full or part-time, and only in such person's capacity as a state or quasi-public agency employee.

“Principal of a state contractor or prospective state contractor” means (i) any individual who is a member of the board of directors of, or has an ownership

interest of five per cent or more in, a state contractor or prospective state contractor, which is a business entity, except for an individual who is a member

of the board of directors of a nonprofit organization, (ii) an individual who is employed by a state contractor or prospective state contractor, which is a business entity, as president, treasurer or executive vice president, (iii) an individual who is the chief executive officer of a state contractor or prospective

state contractor, which is not a business entity, or if a state contractor or prospective state contractor has no such officer, then the officer who duly

possesses comparable powers and duties, (iv) an officer or an employee of any state contractor or prospective state contractor who has managerial or discretionary responsibilities with respect to a state contract, (v) the spouse or a dependent child who is eighteen years of age or older of an individual

described in this subparagraph, or (vi) a political committee established or controlled by an individual described in this subparagraph or the business entity

or nonprofit organization that is the state contractor or prospective state contractor.

“State contract” means an agreement or contract with the state or any state agency or any quasi-public agency, let through a procurement process or

otherwise, having a value of fifty thousand dollars or more, or a combination or series of such agreements or contracts having a value of one hundred

thousand dollars or more in a calendar year, for (i) the rendition of services, (ii) the furnishing of any goods, material, supplies, equipment or any items of any kind, (iii) the construction, alteration or repair of any public building or public work, (iv) the acquisition, sale or lease of any land or building, (v) a

licensing arrangement, or (vi) a grant, loan or loan guarantee. “State contract” does not include any agreement or contract with the state, any state agency

or any quasi-public agency that is exclusively federally funded, an education loan, a loan to an individual for other than commercial purposes or any agreement or contract between the state or any state agency and the United States Department of the Navy or the United States Department of Defense.

“State contract solicitation” means a request by a state agency or quasi-public agency, in whatever form issued, including, but not limited to, an invitation

to bid, request for proposals, request for information or request for quotes, inviting bids, quotes or other types of submittals, through a competitive

procurement process or another process authorized by law waiving competitive procurement.

“Managerial or discretionary responsibilities with respect to a state contract” means having direct, extensive and substantive responsibilities with respect

to the negotiation of the state contract and not peripheral, clerical or ministerial responsibilities.

“Dependent child” means a child residing in an individual’s household who may legally be claimed as a dependent on the federal income tax of such

individual.

“Solicit” means (A) requesting that a contribution be made, (B) participating in any fund-raising activities for a candidate committee, exploratory

committee, political committee or party committee, including, but not limited to, forwarding tickets to potential contributors, receiving contributions for transmission to any such committee or bundling contributions, (C) serving as chairperson, treasurer or deputy treasurer of any such committee, or (D)

establishing a political committee for the sole purpose of soliciting or receiving contributions for any committee. Solicit does not include: (i) making a

contribution that is otherwise permitted by Chapter 155 of the Connecticut General Statutes; (ii) informing any person of a position taken by a candidate for public office or a public official, (iii) notifying the person of any activities of, or contact information for, any candidate for public office; or (iv) serving

as a member in any party committee or as an officer of such committee that is not otherwise prohibited in this section.

“Subcontractor” means any person, business entity or nonprofit organization that contracts to perform part or all of the obligations of a state contractor's

state contract. Such person, business entity or nonprofit organization shall be deemed to be a subcontractor until December thirty first of the year in which

the subcontract terminates. “Subcontractor” does not include (i) a municipality or any other political subdivision of the state, including any entities or

associations duly created by the municipality or political subdivision exclusively amongst themselves to further any purpose authorized by statute or

charter, or (ii) an employee in the executive or legislative branch of state government or a quasi-public agency, whether in the classified or unclassified

service and full or part-time, and only in such person's capacity as a state or quasi-public agency employee.

“Principal of a subcontractor” means (i) any individual who is a member of the board of directors of, or has an ownership interest of five per cent or more

in, a subcontractor, which is a business entity, except for an individual who is a member of the board of directors of a nonprofit organization, (ii) an individual who is employed by a subcontractor, which is a business entity, as president, treasurer or executive vice president, (iii) an individual who is the

chief executive officer of a subcontractor, which is not a business entity, or if a subcontractor has no such officer, then the officer who duly possesses

comparable powers and duties, (iv) an officer or an employee of any subcontractor who has managerial or discretionary responsibilities with respect to a subcontract with a state contractor, (v) the spouse or a dependent child who is eighteen years of age or older of an individual described in this

subparagraph, or (vi) a political committee established or controlled by an individual described in this subparagraph or the business entity or nonprofit

organization that is the subcontractor.

Page 385: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 52 of 53

EXHIBIT F

(federal wage rate package will be inserted here for final executed contract only. Refer to NTC –

Federal Wage Determinations )

Page 386: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

July 2018

Page 53 of 53

EXHIBIT G

(state wages will be inserted here)

Page 387: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Project: Installation And Revisions Of Traffic Control Signals In District I

Project Project Rocky Hill

By virtue of the authority vested in the Labor Commissioner under provisions of Section 31-53 of the General Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and will apply only where the contract is advertised for bid within 20 days of the date on which the rates are established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund shall pay this amount to each employee as part of his/her hourly wages.

Minimum Rates and Classifications for Heavy/Highway Construction

Connecticut Department of LaborWage and Workplace Standards Division

FAP Number: 000T(074) & 000T(073) State Number: 171-401 & 171-402

Town:

H 25186

Number:

ID#:

Hourly Rate BenefitsCLASSIFICATION

01) Asbestos/Toxic Waste Removal Laborers: Asbestos removal and encapsulation (except its removal from mechanical systems which are not to be scrapped), toxic waste removers, blasters. **See Laborers Group 5 and 7**

1) Boilermaker 33.79 34% + 8.96

1a) Bricklayer, Cement Masons, Cement Finishers, Plasterers, Stone Masons 33.48 31.66

2) Carpenters, Piledrivermen 32.60 25.34

As of: Monday, August 20, 2018

Page 388: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

2a) Diver Tenders 32.60 25.34

3) Divers 41.06 25.34

03a) Millwrights 33.14 25.74

4) Painters: (Bridge Construction) Brush, Roller, Blasting (Sand, Water, etc.), Spray

49.75 21.05

4a) Painters: Brush and Roller 33.62 21.05

4b) Painters: Spray Only 36.62 21.05

4c) Painters: Steel Only 35.62 21.05

As of: Monday, August 20, 2018

Page 389: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

4d) Painters: Blast and Spray 36.62 21.05

4e) Painters: Tanks, Tower and Swing 35.62 21.05

5) Electrician (Trade License required: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9)

40.00 25.97+3% of gross wage

6) Ironworkers: Ornamental, Reinforcing, Structural, and Precast Concrete Erection

35.47 35.14 + a

7) Plumbers (Trade License required: (P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2) and Pipefitters (Including HVAC Work) (Trade License required: S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4 G-1, G-2, G-8, G-9)

42.62 31.21

----LABORERS---- -

8) Group 1: Laborer (Unskilled), Common or General, acetylene burner, concrete specialist

30.05 20.10

As of: Monday, August 20, 2018

Page 390: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

9) Group 2: Chain saw operators, fence and guard rail erectors, pneumatic tool operators, powdermen

30.30 20.10

10) Group 3: Pipelayers 30.55 20.10

11) Group 4: Jackhammer/Pavement breaker (handheld); mason tenders (cement/concrete), catch basin builders, asphalt rakers, air track operators, block paver, curb setter and forklift operators

30.55 20.10

12) Group 5: Toxic waste removal (non-mechanical systems) 32.05 20.10

13) Group 6: Blasters 31.80 20.10

Group 7: Asbestos/lead removal, non-mechanical systems (does not include leaded joint pipe)

31.05 20.10

Group 8: Traffic control signalmen 16.00 20.10

As of: Monday, August 20, 2018

Page 391: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Group 9: Hydraulic Drills 29.30 18.90

----LABORERS (TUNNEL CONSTRUCTION, FREE AIR). Shield Drive and Liner Plate Tunnels in Free Air.----

13a) Miners, Motormen, Mucking Machine Operators, Nozzle Men, Grout Men, Shaft & Tunnel Steel & Rodmen, Shield & Erector, Arm Operator, Cable Tenders

32.22 20.10 + a

13b) Brakemen, Trackmen 31.28 20.10 + a

----CLEANING, CONCRETE AND CAULKING TUNNEL----

14) Concrete Workers, Form Movers, and Strippers 31.28 20.10 + a

15) Form Erectors 31.60 20.10 + a

As of: Monday, August 20, 2018

Page 392: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

----ROCK SHAFT LINING, CONCRETE, LINING OF SAME AND TUNNEL IN FREE AIR:----

16) Brakemen, Trackmen, Tunnel Laborers, Shaft Laborers 31.28 20.10 + a

17) Laborers Topside, Cage Tenders, Bellman 31.17 20.10 + a

18) Miners 32.22 20.10 + a

----TUNNELS, CAISSON AND CYLINDER WORK IN COMPRESSED AIR: ----

18a) Blaster 38.53 20.10 + a

19) Brakemen, Trackmen, Groutman, Laborers, Outside Lock Tender, Gauge Tenders

38.34 20.10 + a

As of: Monday, August 20, 2018

Page 393: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

20) Change House Attendants, Powder Watchmen, Top on Iron Bolts 36.41 20.10 + a

21) Mucking Machine Operator 39.11 20.10 + a

----TRUCK DRIVERS----(*see note below)

Two axle trucks 29.13 23.33 + a

Three axle trucks; two axle ready mix 29.23 23.33 + a

Three axle ready mix 29.28 23.33 + a

Four axle trucks, heavy duty trailer (up to 40 tons) 29.33 23.33 + a

As of: Monday, August 20, 2018

Page 394: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Four axle ready-mix 29.38 23.33 + a

Heavy duty trailer (40 tons and over) 29.58 23.33 + a

Specialized earth moving equipment other than conventional type on-the road trucks and semi-trailer (including Euclids)

29.38 23.33 + a

----POWER EQUIPMENT OPERATORS----

Group 1: Crane handling or erecting structural steel or stone, hoisting engineer (2 drums or over), front end loader (7 cubic yards or over), Work Boat 26 ft. & Over, Tunnel Boring Machines. (Trade License Required)

39.55 24.05 + a

Group 2: Cranes (100 ton rate capacity and over); Excavator over 2 cubic yards; Piledriver ($3.00 premium when operator controls hammer); Bauer Drill/Caisson. (Trade License Required)

39.23 24.05 + a

Group 3: Excavator/Backhoe under 2 cubic yards; Cranes (under 100 ton rated capacity), Gradall; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber Tire Excavator (Drott-1085 or similar);Grader Operator; Bulldozer Fine Grade (slopes, shaping, laser or GPS, etc.). (Trade License Required)

38.49 24.05 + a

As of: Monday, August 20, 2018

Page 395: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Group 4: Trenching Machines; Lighter Derrick; Concrete Finishing Machine; CMI Machine or Similar; Koehring Loader (Skooper)

38.10 24.05 + a

Group 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Spreader; Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" Mandrell)

37.51 24.05 + a

Group 5 continued: Side Boom; Combination Hoe and Loader; Directional Driller.

37.51 24.05 + a

Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade dozer).

37.20 24.05 + a

Group 7: Asphalt Roller; Concrete Saws and Cutters (ride on types); Vermeer Concrete Cutter; Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and Under Mandrel).

36.86 24.05 + a

Group 8: Mechanic, Grease Truck Operator, Hydroblaster, Barrier Mover, Power Stone Spreader; Welder; Work Boat under 26 ft.; Transfer Machine.

36.46 24.05 + a

Group 9: Front End Loader (under 3 cubic yards), Skid Steer Loader regardless of attachments (Bobcat or Similar); Fork Lift, Power Chipper; Landscape Equipment (including hydroseeder).

36.03 24.05 + a

As of: Monday, August 20, 2018

Page 396: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Group 10: Vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc. 33.99 24.05 + a

Group 11: Conveyor, Earth Roller; Power Pavement Breaker (whiphammer), Robot Demolition Equipment.

33.99 24.05 + a

Group 12: Wellpoint Operator. 33.93 24.05 + a

Group 13: Compressor Battery Operator. 33.35 24.05 + a

Group 14: Elevator Operator; Tow Motor Operator (Solid Tire No Rough Terrain).

32.21 24.05 + a

Group 15: Generator Operator; Compressor Operator; Pump Operator; Welding Machine Operator; Heater Operator.

31.80 24.05 + a

Group 16: Maintenance Engineer/Oiler 31.15 24.05 + a

As of: Monday, August 20, 2018

Page 397: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Group 17: Portable asphalt plant operator; portable crusher plant operator; portable concrete plant operator.

35.46 24.05 + a

Group 18: Power Safety Boat; Vacuum Truck; Zim Mixer; Sweeper; (minimum for any job requiring CDL license).

33.04 24.05 + a

**NOTE: SEE BELOW

----LINE CONSTRUCTION----(Railroad Construction and Maintenance)----

20) Lineman, Cable Splicer, Technician 48.19 6.5% + 22.00

21) Heavy Equipment Operator 42.26 6.5% + 19.88

22) Equipment Operator, Tractor Trailer Driver, Material Men 40.96 6.5% + 19.21

As of: Monday, August 20, 2018

Page 398: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

23) Driver Groundmen 26.50 6.5% + 9.00

23a) Truck Driver 40.96 6.5% + 17.76

----LINE CONSTRUCTION----

24) Driver Groundmen 30.92 6.5% + 9.70

25) Groundmen 22.67 6.5% + 6.20

26) Heavy Equipment Operators 37.10 6.5% + 10.70

27) Linemen, Cable Splicers, Dynamite Men 41.22 6.5% + 12.20

As of: Monday, August 20, 2018

Page 399: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

28) Material Men, Tractor Trailer Drivers, Equipment Operators 35.04 6.5% + 10.45

As of: Monday, August 20, 2018

Page 400: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Welders: Rate for craft to which welding is incidental.

*Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers.

**Note: Hazardous waste premium $3.00 per hour over classified rate

Crane with 150 ft. boom (including jib) - $1.50 extra Crane with 200 ft. boom (including jib) - $2.50 extraCrane with 250 ft. boom (including jib) - $5.00 extraCrane with 300 ft. boom (including jib) - $7.00 extra

All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate".

Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section 31-51-d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of each apprentice in a specific trade.

Each contractor shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor.

It is the contractor's responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor's website. The annual adjustments will be posted on the Department of Labor's Web page:

www.ct.gov/dol. The Department of Labor will continue to issue the initial prevailing wage rate schedule

to the Contracting Agency for the project.

All subsequent annual adjustments will be posted on our Web Site for contractor access.

The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project.

Crane with 400 ft. boom (including jib) - $10.00 extra

~~Connecticut General Statute Section 31-55a: Annual Adjustments to wage rates by contractors doing state work ~~

Contracting Agencies are under no obligation pursuant to State labor law to pay any increase due to the annual adjustment provision.

ALL Cranes: When crane operator is operating equipment that requires a fully licensed crane operator to operate he receives an extra $4.00 premium in addition to the hourly wage rate and benefit contributions:

1) Crane handling or erecting structural steel or stone; hoisting engineer (2 drums or over)

2) Cranes (100 ton rate capacity and over) Bauer Drill/Caisson

3) Cranes (under 100 ton rated capacity)

As of: Monday, August 20, 2018

Page 401: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Project: Installation And Revisions Of Traffic Control Signals In District I

Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860)263-6790.

Effective October 1, 2005 - Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage

All Person who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification.

All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al)

Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person.

~~Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clause (29 CFR 5.5 (a) (1) (ii)).

As of: Monday, August 20, 2018

Page 402: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Connecticut Department of Labor Wage and Workplace Standards Division

FOOTNOTES

Please Note: If the “Benefits” listed on the schedule for the following occupations includes a letter(s) (+ a or + a+b for instance), refer to the information below.

Benefits to be paid at the appropriate prevailing wage rate for the listed occupation. If the “Benefits” section for the occupation lists only a dollar amount, disregard the information below.

Bricklayers, Cement Masons, Cement Finishers, Concrete Finishers, Stone Masons (Building Construction) and

(Residential- Hartford, Middlesex, New Haven, New London and Tolland Counties)

a. Paid Holiday: Employees shall receive 4 hours for Christmas Eve holiday provided the employee works the regularly scheduled day before and after the holiday. Employers may schedule work on Christmas Eve and employees shall receive pay for actual hours worked in addition to holiday pay.

Elevator Constructors: Mechanics

a. Paid Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day,

Veterans’ Day, Thanksgiving Day, Christmas Day, plus the Friday after Thanksgiving.

b. Vacation: Employer contributes 8% of basic hourly rate for 5 years or more

of service or 6% of basic hourly rate for 6 months to 5 years of service as vacation pay credit.

Glaziers

a. Paid Holidays: Labor Day and Christmas Day.

Power Equipment Operators (Heavy and Highway Construction & Building Construction)

a. Paid Holidays: New Year’s Day, Good Friday, Memorial day, Independence Day,

Labor Day, Thanksgiving Day and Christmas Day, provided the employee works 3 days during the week in which the holiday falls, if scheduled, and if scheduled, the working day before and the working day after the holiday. Holidays falling on Saturday may be observed on Saturday, or if the employer so elects, on the preceding Friday.

Page 403: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Ironworkers a. Paid Holiday: Labor Day provided employee has been on the payroll for the 5

consecutive work days prior to Labor Day.

Laborers (Tunnel Construction) a. Paid Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day and Christmas Day. No employee shall be eligible for holiday pay when he fails, without cause, to work the regular work day preceding the holiday or the regular work day following the holiday.

Roofers

a. Paid Holidays: July 4th, Labor Day, and Christmas Day provided the employee is employed 15 days prior to the holiday.

Sprinkler Fitters

a. Paid Holidays: Memorial Day, July 4th, Labor Day, Thanksgiving Day and Christmas Day, provided the employee has been in the employment of a contractor 20 working days prior to any such paid holiday.

Truck Drivers

(Heavy and Highway Construction & Building Construction)

a. Paid Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas day, and Good Friday, provided the employee has at least 31 calendar days of service and works the last scheduled day before and the first scheduled day after the holiday, unless excused.

Page 404: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Information Bulletin Occupational Classifications

The Connecticut Department of Labor has the responsibility to properly

determine "job classification" on prevailing wage projects covered under C.G.S. Section 31-53(d).

Note: This information is intended to provide a sample of some occupational classifications for guidance purposes only. It is not an all-inclusive list of each occupation's duties. This list is being provided only to highlight some areas where a contractor may be unclear regarding the proper classification. If unsure, the employer should seek guidelines for CTDOL.

Below are additional clarifications of specific job duties performed for certain classifications:

ASBESTOS WORKERS Applies all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems.

ASBESTOS INSULATOR

Handle, install apply, fabricate, distribute, prepare, alter, repair, dismantle, heat and frost insulation, including penetration and fire stopping work on all penetration fire stop systems.

BOILERMAKERS

Erects hydro plants, incomplete vessels, steel stacks, storage tanks for water, fuel, etc. Builds incomplete boilers, repairs heat exchanges and steam generators.

BRICKLAYERS, CEMENT MASONS, CEMENT FINISHERS, MARBLE MASONS, PLASTERERS, STONE MASONS, PLASTERERS. STONE MASONS, TERRAZZO WORKERS, TILE SETTERS

Lays building materials such as brick, structural tile and concrete cinder, glass, gypsum, terra cotta block. Cuts, tools and sets marble, sets stone, finishes concrete, applies decorative steel, aluminum and plastic tile, applies cements, sand, pigment and marble chips to floors, stairways, etc.

Page 405: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

CARPENTERS, MILLWRIGHTS. PILEDRIVERMEN. LATHERS. RESILEINT FLOOR LAYERS, DOCK BUILDERS, DIKERS, DIVER TENDERS

Constructs, erects, installs and repairs structures and fixtures of wood, plywood and wallboard. Installs, assembles, dismantles, moves industrial machinery. Drives piling into ground to provide foundations for structures such as buildings and bridges, retaining walls for earth embankments, such as cofferdams. Fastens wooden, metal or rockboard lath to walls, ceilings and partitions of buildings, acoustical tile layer, concrete form builder. Applies firestopping materials on fire resistive joint systems only. Installation of curtain/window walls only where attached to wood or metal studs. Installation of insulated material of all types whether blown, nailed or attached in other ways to walls, ceilings and floors of buildings. Assembly and installation of modular furniture/furniture systems. Free-standing furniture is not covered. This includes free standing: student chairs, study top desks, book box desks, computer furniture, dictionary stand, atlas stand, wood shelving, two-position information access station, file cabinets, storage cabinets, tables, etc.

LABORER, CLEANING

• The clean up of any construction debris and the general (heavy/light) cleaning, including sweeping, wash down, mopping, wiping of the construction facility and its furniture, washing, polishing, and dusting.

DELIVERY PERSONNEL

• If delivery of supplies/building materials is to one common point and stockpiled there, prevailing wages are not required. If the delivery personnel are involved in the distribution of the material to multiple locations within the construction site then they would have to be paid prevailing wages for the type of work performed: laborer, equipment operator, electrician, ironworker, plumber, etc.

• An example of this would be where delivery of drywall is made to a building and the delivery personnel distribute the drywall from one "stockpile" location to further sub‐locations on each floor. Distribution of material around a construction site is the job of a laborer or tradesman, and not a delivery personnel.

ELECTRICIANS

Install, erect, maintenance, alteration or repair of any wire, cable, conduit, etc., which generates, transforms, transmits or uses electrical energy for light, heat, power or other purposes, including the Installation or maintenance of telecommunication, LAN wiring or computer equipment, and low voltage wiring. *License required per Connecticut General Statutes: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9.

Page 406: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

ELEVATOR CONSTRUCTORS

Install, erect, maintenance and repair of all types of elevators, escalators, dumb waiters and moving walks. *License required by Connecticut General Statutes: R-1,2,5,6.

FORK LIFT OPERATOR

Laborers Group 4) Mason Tenders - operates forklift solely to assist a mason to a maximum height of nine (9) feet only.

Power Equipment Operator Group 9 ‐ operates forklift to assist any trade, and to assist a mason to a height over nine (9) feet.

GLAZIERS

Glazing wood and metal sash, doors, partitions, and 2 story aluminum storefronts. Installs glass windows, skylights, store fronts and display cases or surfaces such as building fronts, interior walls, ceilings and table tops and metal store fronts. Installation of aluminum window walls and curtain walls is the "joint" work of glaziers and ironworkers, which require equal composite workforce.

IRONWORKERS

Erection, installation and placement of structural steel, precast concrete, miscellaneous iron, ornamental iron, metal curtain wall, rigging and reinforcing steel. Handling, sorting, and installation of reinforcing steel (rebar). Metal bridge rail (traffic), metal bridge handrail, and decorative security fence installation. Installation of aluminum window walls and curtain walls is the "joint" work of glaziers and ironworkers which require equal composite workforce.

INSULATOR

• Installing fire stopping systems/materials for "Penetration Firestop Systems": transit to cables, electrical conduits, insulated pipes, sprinkler pipe penetrations, ductwork behind radiation, electrical cable trays, fire rated pipe penetrations, natural polypropylene, HVAC ducts, plumbing bare metal, telephone and communication wires, and boiler room ceilings.

LABORERS

Acetylene burners, asphalt rakers, chain saw operators, concrete and power buggy operator, concrete saw operator, fence and guard rail erector (except metal bridge rail (traffic), decorative security fence (non-metal).

Page 407: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

installation.), hand operated concrete vibrator operator, mason tenders, pipelayers (installation of storm drainage or sewage lines on the street only), pneumatic drill operator, pneumatic gas and electric drill operator, powermen and wagon drill operator, air track operator, block paver, curb setters, blasters, concrete spreaders.

PAINTERS

Maintenance, preparation, cleaning, blasting (water and sand, etc.), painting or application of any protective coatings of every description on all bridges and appurtenances of highways, roadways, and railroads. Painting, decorating, hardwood finishing, paper hanging, sign writing, scenic art work and drywall hhg for any and all types of building and residential work.

LEAD PAINT REMOVAL

• Painter’s Rate 1. Removal of lead paint from bridges. 2. Removal of lead paint as preparation of any surface to be repainted. 3. Where removal is on a Demolition project prior to reconstruction.

• Laborer’s Rate 1. Removal of lead paint from any surface NOT to be repainted. 2. Where removal is on a TOTAL Demolition project only.

PLUMBERS AND PIPEFITTERS

Installation, repair, replacement, alteration or maintenance of all plumbing, heating, cooling and piping. *License required per Connecticut General Statutes: P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2 S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4.

POWER EQUIPMENT OPERATORS

Operates several types of power construction equipment such as compressors, pumps, hoists, derricks, cranes, shovels, tractors, scrapers or motor graders, etc. Repairs and maintains equipment. *License required, crane operators only, per Connecticut General Statutes.

ROOFERS

Covers roofs with composition shingles or sheets, wood shingles, slate or asphalt and gravel to waterproof roofs, including preparation of surface. (demolition or removal of any type of roofing and or clean-up of any and all areas where a roof is to be relaid.)

Page 408: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

SHEETMETAL WORKERS

Fabricate, assembles, installs and repairs sheetmetal products and equipment in such areas as ventilation, air-conditioning, warm air heating, restaurant equipment, architectural sheet metal work, sheetmetal roofing, and aluminum gutters. Fabrication, handling, assembling, erecting, altering, repairing, etc. of coated metal material panels and composite metal material panels when used on building exteriors and interiors as soffits, facia, louvers, partitions, canopies, cornice, column covers, awnings, beam covers, cladding, sun shades, lighting troughs, spires, ornamental roofing, metal ceilings, mansards, copings, ornamental and ventilation hoods, vertical and horizontal siding panels, trim, etc. The sheet metal classification also applies to the vast variety of coated metal material panels and composite metal material panels that have evolved over the years as an alternative to conventional ferrous and non-ferrous metals like steel, iron, tin, copper, brass, bronze, aluminum, etc. Fabrication, handling, assembling, erecting, altering, repairing, etc. of architectural metal roof, standing seam roof, composite metal roof, metal and composite bathroom/toilet partitions, aluminum gutters, metal and composite lockers and shelving, kitchen equipment, and walk‐in coolers. To include testing and air –balancing ancillary to installation and construction.

SPRINKLER FITTERS

Installation, alteration, maintenance and repair of fire protection sprinkler systems. *License required per Connecticut General Statutes: F-1,2,3,4.

TILE MARBLE AND TERRAZZO FINISHERS

Assists and tends the tile setter, marble mason and terrazzo worker in the performance of their duties.

TRUCK DRIVERS

~How to pay truck drivers delivering asphalt is under REVISION~

Truck Drivers are requires to be paid prevailing wage for time spent "working" directly on the site. These drivers remain covered by the prevailing wage for any time spent transporting between the actual construction location and facilities (such as fabrication, plants, mobile factories, batch plant, borrow pits, job headquarters, tool yards, etc.) dedicated exclusively, or nearly so, to performance of the contract or project, which are so located in proximity to the actual construction location that it is reasonable to include them. *License required, drivers only, per Connecticut General Statutes.

Page 409: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

For example:

• Material men and deliverymen are not covered under prevailing wage as long as they are not directly involved in the construction process. If, they unload the material, they would then be covered by prevailing wage for the classification they are performing work in: laborer, equipment operator, etc. • Hauling material off site is not covered provided they are not dumping it at a location outlined above. • Driving a truck on site and moving equipment or materials on site would be considered covered work, as this is part of the construction process.

Any questions regarding the proper classification should be directed to: Public Contract Compliance Unit

Wage and Workplace Standards Division Connecticut Department of Labor

200 Folly Brook Blvd, Wethersfield, CT 06109 (860) 263-6543.

Page 410: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Sec. 31-55a

Statute 31-55a

Last Updated: June 02, 2008

You are here: DOL Web Site Wage and Workplace Issues Statute 31-55a

- Special Notice -

To All State and Political Subdivisions,Their Agents, and Contractors

Connecticut General Statute 31-55a - Annual adjustments to wage rates by contractors doing state work.

Each contractor that is awarded a contract on or after October 1, 2002, for (1) the construction of a state highway or bridge that falls under the provisions of section 31-54 of the general statutes, or (2) the construction, remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project that falls under the provisions of section 31-53 of the general statutes shall contact the Labor Commissioner on or before July first of each year, for the duration of such contract, to ascertain the prevailing rate of wages on an hourly basis and the amount of payment or contributions paid or payable on behalf of each mechanic, laborer or worker employed upon the work contracted to be done, and shall make any necessary adjustments to such prevailing rate of wages and such payment or contributions paid or payable on behalf of each such employee, effective each July first.

● The prevailing wage rates applicable to any contract or subcontract awarded on or after October 1, 2002 are subject to annual adjustments each July 1st for the duration of any project which was originally advertised for bids on or after October 1, 2002.

● Each contractor affected by the above requirement shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor.

● It is the contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor’s Web Site. The annual adjustments will be posted on the Department of Labor Web page: www.ctdol.state.ct.us. For those without internet access, please contact the division listed below.

● The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access.

Any questions should be directed to the Contract Compliance Unit, Wage and Workplace

http://www.ctdol.state.ct.us/wgwkstnd/laws-regs/statute31-55a.htm (1 of 2) [6/20/2008 8:00:16 AM]

Page 411: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Sec. 31-55a

Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at (860)263-6790.

Workplace Laws

Published by the Connecticut Department of Labor, Project Management Office

http://www.ctdol.state.ct.us/wgwkstnd/laws-regs/statute31-55a.htm (2 of 2) [6/20/2008 8:00:16 AM]

Page 412: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

November 29, 2006

NoticeTo All Mason Contractors and Interested Parties

Regarding Construction Pursuant to Section 31-53 of theConnecticut General Statutes (Prevailing Wage)

The Connecticut Labor Department Wage and Workplace Standards Division is empowered toenforce the prevailing wage rates on projects covered by the above referenced statute.

Over the past few years the Division has withheld enforcement of the rate in effect for workerswho operate a forklift on a prevailing wage rate project due to a potential jurisdictional dispute.

The rate listed in the schedules and in our Occupational Bulletin (see enclosed) has been asfollows:

Forklift Operator:

- Laborers (Group 4) Mason Tenders - operates forklift solely to assist a mason to a maximumheight of nine feet only.

- Power Equipment Operator (Group 9) - operates forklift to assist any trade and to assist amason to a height over nine feet.

The U.S. Labor Department conducted a survey of rates in Connecticut but it has not beenpublished and the rate in effect remains as outlined in the above Occupational Bulletin.

Since this is a classification matter and not one of jurisdiction, effective January 1,2007 the Connecticut Labor Department will enforce the rate on each schedule inaccordance with our statutory authority.

Your cooperation in filing appropriate and accurate certified payrolls is appreciated.

Page 413: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Informational Bulletin

THE 10-HOUR OSHA CONSTRUCTION SAFETY AND HEALTH COURSE

(applicable to public building contracts entered into on or after July 1, 2007, where the total cost of all work to be performed is at least $100,000)

(1) This requirement was created by Public Act No. 06-175, which is codified in

Section 31-53b of the Connecticut General Statutes (pertaining to the prevailing wage statutes);

(2) The course is required for public building construction contracts (projects funded

in whole or in part by the state or any political subdivision of the state) entered into on or after July 1, 2007;

(3) It is required of private employees (not state or municipal employees) and

apprentices who perform manual labor for a general contractor or subcontractor on a public building project where the total cost of all work to be performed is at least $100,000;

(4) The ten-hour construction course pertains to the ten-hour Outreach Course

conducted in accordance with federal OSHA Training Institute standards, and, for telecommunications workers, a ten-hour training course conducted in accordance with federal OSHA standard, 29 CFR 1910.268;

(5) The internet website for the federal OSHA Training Institute is

http://www.osha.gov/fso/ote/training/edcenters/fact_sheet.html;

(6) The statutory language leaves it to the contractor and its employees to determine who pays for the cost of the ten-hour Outreach Course;

(7) Within 30 days of receiving a contract award, a general contractor must furnish

proof to the Labor Commissioner that all employees and apprentices performing manual labor on the project will have completed such a course;

(8) Proof of completion may be demonstrated through either: (a) the presentation of a

bona fide student course completion card issued by the federal OSHA Training Institute; or (2) the presentation of documentation provided to an employee by a trainer certified by the Institute pending the actual issuance of the completion card;

(9) Any card with an issuance date more than 5 years prior to the commencement

date of the construction project shall not constitute proof of compliance;

Page 414: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

(10) Each employer shall affix a copy of the construction safety course completion card to the certified payroll submitted to the contracting agency in accordance with Conn. Gen. Stat. § 31-53(f) on which such employee’s name first appears;

(11) Any employee found to be in non-compliance shall be subject to removal from

the worksite if such employee does not provide satisfactory proof of course completion to the Labor Commissioner by the fifteenth day after the date the employee is determined to be in noncompliance;

(12) Any such employee who is determined to be in noncompliance may continue to

work on a public building construction project for a maximum of fourteen consecutive calendar days while bringing his or her status into compliance;

(13) The Labor Commissioner may make complaint to the prosecuting authorities

regarding any employer or agent of the employer, or officer or agent of the corporation who files a false certified payroll with respect to the status of an employee who is performing manual labor on a public building construction project;

(14) The statute provides the minimum standards required for the completion of a

safety course by manual laborers on public construction contracts; any contractor can exceed these minimum requirements; and

(15) Regulations clarifying the statute are currently in the regulatory process, and shall

be posted on the CTDOL website as soon as they are adopted in final form. (16) Any questions regarding this statute may be directed to the Wage and Workplace

Standards Division of the Connecticut Labor Department via the internet website of http://www.ctdol.state.ct.us/wgwkstnd/wgemenu.htm; or by telephone at (860)263-6790.

THE ABOVE INFORMATION IS PROVIDED EXCLUSIVELY AS AN EDUCATIONAL RESOURCE, AND IS NOT INTENDED AS A SUBSTITUTE FOR LEGAL INTERPRETATIONS WHICH MAY ULTMATELY ARISE CONCERNIG THE CONSTRUCTION OF THE STATUTE OR THE REGULATIONS.

Page 415: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

Sec. 31-53b. Construction safety and health course. Proof of completion required for employees on public building projects. Enforcement. Regulations. (a) Each contract entered into on or after July 1, 2007, for the construction, remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public building project by the state or any of its agents, or by an political subdivision of the state or any of its agents, where the total cost of all work to be performed by all contractors and subcontractors in connection with the contract is at least one hundred thousand dollars, shall contain a provision requiring that, not later than thirty days after the date such contract is awarded, each contractor furnish proof to the Labor Commissioner that all employees performing manual labor on or in such public building, pursuant to such contract, have completed a course of at least ten hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration or, in the case of telecommunications employees, have completed at least ten hours of training in accordance with 29 CFR 1910.268. (b) Any employee required to complete a construction safety and health course required under subsection (a) of this section who has not completed the course shall be subject to removal from the worksite if the employee does not provide documentation of having completed such course by the fifteenth day after the date the employee is found to be in noncompliance. The Labor Commissioner or said commissioner’s designee shall enforce this section. (c) Not later than January 1, 2007, the Labor Commissioner shall adopt regulations, in accordance with the provisions of chapter 54, to implement the provisions of subsections (a) and (b) of this section. Such regulations shall require that the ten-hour construction safety and health courses required under subsection (a) of this section be conducted in accordance with federal Occupational Safety and Health Administration Training Institute standards, or in accordance with 29 CFR 1910.268, as appropriate. The Labor Commissioner shall accept as sufficient proof of compliance with the provisions of subsection (a) or (b) of this section a student course completion card issued by the federal Occupational Safety and Health Administration Training Institute, or such other proof of compliance said commissioner deems appropriate, dated no earlier than five years before the commencement date of such public works project. (d) For the purposes of this section, “public building” means a structure, paid for in whole or in part with state funds, within a roof and within exterior walls or fire walls, designed for the housing, shelter, enclosure and support or employment of people, animals or property of any kind, including, but not limited to, sewage treatment plants and water treatment plants, “Public building” does not include site work, roads or bridges, rail lines, parking lots or underground water, sewer or drainage systems including pump houses or other utility systems.

Page 416: TABLE OF CONTENTS OF SPECIAL PROVISIONSNTC - FEDERAL WAGE DETERMINATIONS NOTICE TO CONTRACTOR - FEDERAL WAGE DETERMINATIONS (Davis Bacon Act) The following Federal Wage Determinations

CONNECTICUT DEPARTMENT OF LABOR WAGE AND WORKPLACE STANDARDS DIVISION

CONTRACTORS WAGE CERTIFICATION FORM

I, of Officer, Owner, Authorized Rep. Company Name

do hereby certify that the Company Name Street City and all of its subcontractors will pay all workers on the

Project Name and Number

Street and City

the wages as listed in the schedule of prevailing rates required for such project (a copy of which isattached hereto).

Signed

Subscribed and sworn to before me this day of , 2004.

Notary Public

L Return to: Connecticut Department of Labor

Wage & Workplace Standards Division 200 Folly Brook Blvd.

Wethersfield, CT 06109